Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

68 -- SODIUM FLUORIDE FOR PWC, PEARL HARBOR, HAWAII

Notice Date
11/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860-4549
 
Solicitation Number
N0060405TSOFL
 
Response Due
1/5/2005
 
Point of Contact
BEVERLY QUEVEDO (808) 473-7531
 
E-Mail Address
Contract Specialist
(beverly.quevedo@navy.mil)
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor, Hawaii intends to award a contract for sodium fluoride. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N00604-05-T-SOFL is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and Defense Acquisition Circular 20041122. This requirement is unrestricted. The NAICS code is 325188 and the business size standard is 1,000 employees. This requirement is for a firm fixed price requirements contract for Sodium Fluoride in accordance with "AWWA Standard for Sodium Fluoride," AWWA B701-99. Chemical Requirements (Exception to AWWA B701-99): From "Water Fluoridation - A Manual for Engineers and Technicians," by Centers for Disease Control and Prevention: Sodium Fluoride shall have a minimum commercial purity of 97 percent; solubility 3.8 to 4.4 (max.) (g/100ml H2O at 25deg. C); ph of saturated solution 6.8 to 7.8 (max.). Physical Properties: Consult "AWWA Standard for Sodium Fluoride," AWWA B701- 99. Impurities: Consult AWWA Standard for Sodium Fluoride," AWWA B701-99. At no time shall the sodium fluoride deposit any unusual or water-insoluble coating on the chemical feed equipment. Detection shall be by visual means. Packaging: Sodium Fluoride shall be provided in 50 lb plastic bags. Offerors shall submit the Material Safety Data Sheet (MSDS) with proposal. Orders will be placed by PWC, Pearl Harbor, Hawaii. This requirement is for a Base Period and four (4) one-year option periods as follows: CLIN 0001, Base Period, 15 January 2005 through 15 January 2006, Estimated Qty: 2,010 bags; CLIN 0002, First Option Period, 16 January 2006 through 16 January 2007, Estimated Qty: 2,010 bags; CLIN 0003, Second Option Period, 17 January 2007 through 17 January 2008, Estimated Qty: 2,010 bags; CLIN 0004, Third Option Period, 18 January 2008 through 18 January 2009, Estimated Qty: 2,010 bags; and CLIN 0004, Fourth Option Period, 19 January 2009 through 19 January 2010, Estimated Qty: 2,010 bags. FOB PWC, Oahu, Hawaii. Deliveries shall be made to the PWC locations stated on the individual delivery order within 14 days after the date of the individual order, except when the needs of the Government permit, orders may provide a longer delivery time. Inspection and acceptance of the delivered items shall be made at destination by PWC, Pearl Harbor, Oahu, Hawaii. The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies with the following addenda: Paragraph (h), Multiple Awards: Delete entire paragraph and insert “Single Award. The Government plans to award a single contract resulting from this solicitation.” The provisions at FAR 52.214-34, Submission of Offers in the English Language; FAR 52.214-35, Submission of Offers in U.S Currency; and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country apply to the requirement. Award is based on technically acceptable low price. Offerors shall include a completed copy of the provision in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.225-7020, Trade Agreements Certificate; and 252.247-7022, Representation of Extent of Transportation by Sea. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items, apply to this acquisition. For 52.212-5, the following clauses are applicable for paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government -Alt I; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer--Cen! tral Contractor Registration. The additional FAR clauses apply: 52.215-5, Facsimile Proposals; 52.216-18 – Ordering, paragraph (a) insert “Such orders may be issued from 15 January 2005, or on the award date, whichever is later, to the end of the contract period”; 52.216-19 -- Order Limitations, paragraph (a) insert “5 bags”, paragraphs (b)(1) and (b)(2) insert “2,010 bags”, paragraphs (b)(3) and (d) insert twenty (20) calendar days; 52.216-21, Requirements; 52.217-5, Evaluation of Options; FAR 52.217-9, Option to Extend the Term of the Contract, paragraph (a) insert thirty (30) days for written notice and paragraph (c) insert “five (5) years”; 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; and 52.232-19, Availability of Funds for the Next Fiscal Year, insert “30 September 2005” for both blanks. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses applicable to paragraph (a) 52.203-3, Gratuities; and paragraph (b): 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The additional DFARS clauses apply: 252.223-7001, Hazard Warning Labels; 252.225-7002, Qualifying Country Sources as Subcontractors; and 252.225-7013, Duty-Free Entry. Offers are due 5 January 2005, 2:00 PM, Hawaii Standard Time. Offers shall be emailed to beverly.quevedo@navy.mil, or faxed to (808) 473-7531. Point of contact: Beverly Quevedo, Contract Specialist, telephone (808) 473-7531. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-FEB-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Federal Business Opportunities
(http://www.eps.gov/spg/DON/NAVSUP/N00604/N0060405TSOFL/listing.html)
 
Record
SN00744165-F 20050203/050201213432 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.