Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

96 -- Road Salt (Sodium Chloride) for Basewide Snow and Ice Control

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-T-0159
 
Response Due
7/26/2005
 
Archive Date
9/30/2005
 
Small Business Set-Aside
N/A
 
Description
FA8601-05-T-0159, ROAD SALT (SODIUM CHLORIDE) FOR BASEWIDE SNOW AND ICE CONTROL, WRIGHT-PATTERSON AIR FORCE BASE OH FA8601-05-T-0159 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. FA8601-05-T-0159, Road Salt for Basewide Snow and Ice Control is being issued as a Request for Quote (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 effective 8 June 2005. All responsible sources may submit a quotation, which shall be considered. The associated NAICS code is 325998, size standard: 500 employees. PROPOSED ACQUISITION IS AN UNRESTRICTED, FULL AND OPEN COMPETITION. A Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with two (2) Contract Line Items (CLINs) is anticipated. CLIN 0001: Road Salt (Sodium Chloride) for snow and ice control at Wright-Patterson Air Force Base, Ohio CLIN 0002: Emergency Delivery of Road Salt during non-duty hours and weekends. Period of performance is one base year, 1 Oct 05 ? 30 Sep 06. The contract includes provisions for four option periods of one year each: Option Period I, 1 Oct 06 ? 30 Sep 07, Option Period II 1 Oct 07 ? 30 Sep 08, Option Period III 1 Oct 08 ? 30 Sep 09, and Option Period IV, 1 Oct 09 ? 30 Sep 10. This requirement includes and covers provisions for all material, labor, equipment and transportation necessary to deliver road salt in accordance with the statement of work, which is attached to this combined synopsis/solicitation and available at http://www.pixs.wpafb.af.mil/. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items, with addenda to the provision attached to this combined synopsis/solicitation and available at http://www.pixs.wpafb.af.mil/. FAR 52.212-4, Contract Terms and Conditions--Commercial Items. FAR 52.212-2 , Evaluation of Commercial Items, applies and the specific evaluation factors to be included in paragraph (a) of that clause follows: A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, and DFARS clause 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be completed and submitted with quotation. Copie of each are attached to this combined synopsis/solicitation and is available at http://www.pixs.wpafb.af.mil/. Clause 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ?Commercial Items, are applicable to this acquisition and the following clauses from paragraph (b) of that clause apply: 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 and Veterans of Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-(Central Contractor Registration). The following Non-Commercial clauses will also be incorporated: FAR 52.217-9, Option to Extend the Term of the Contract 52.232-19, Limitation on Withholding of Payments 52.252-2, Clauses Incorporated by Reference The following DFARS Clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.204-7003, Control of Government Work Product 252.204-7004, Alt A 252.211-7003, Item Valuation and Identification 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quoted prices must be F.O.B. Destination prices. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.bpn.gov/ccr or by calling 1-888-227-2423 or 269-961-5757. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. WIDE AREA WORK FLOW ? RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC INVOICING AND RECEIVING REPORT INSTRUCTIONS 1. The contractor shall be paid after submission of a properly prepared invoice and after final inspection and acceptance by the Government. In accordance with DFARS 252.232-7003, use of electronic payment requests is mandatory. Wide Area Workflow ? Receipt and Acceptance (WAWF-RA) is the Department of Defense System of choice for submission of electronic payment requests and receipt and acceptance documents. Contractors shall submit invoices through WAWF-RA for payment. Hard copies of invoices are no longer acceptable methods of submission. Submission of invoices via any other method shall delay payment. 2. Detailed information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. WAWF-RA training is also available at http://www.wawftraining.com. 3. Invoices shall be submitted (Type an X in the appropriate block): a. [. .] After Delivery of Supplies b. [. .] Monthly (After Performance) c. [. .] Quarterly (After Performance) d. [. .] Semi-annually (After Performance) e. [. .] Yearly (After Performance) 4. The contractor shall submit invoices using the following format: a. [..] 2-in-1 (Services Only) b. [X] Invoice and Receiving Report (COMBO) Unless otherwise specified, the contractor shall utilize the Invoice and Receiving Report (COMBO) format. (Exceptions to utilizing the Invoice and Receiving Report (COMBO) is based upon the specific contract type awarded where progress payments, fast payment may be involved (i.e, construction contracts, or contract financing.) However, these exceptions will be specified within the contract award document.) If the COMBO method is used, be advised that both a receiving report and invoice shall be created by the contractor. Also note that if the contractual document requires a copy of a paid freight bill, for example, this can be accomplished by following instructions under Software User?s Manual on the WAWF-RA site regarding ?attachments?. 5. The following codes are required to properly route your invoices and/or receiving reports through WAWF-RA. CAGE CODE: . . ISSUE BY DODAAC: FA8601 ADMIN DODAAC: FA8601 INSPECT BY BPN: . . Leave Blank if same as acceptor ACCEPT BY BPN: F4F2AA LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: F03000 6. When creating invoices and/or receiving reports, the contractor shall select the ?Additional E-mail Notifications? link and enter the e-mail addresses below. The Government will advise the contractor of changes to these e-mail notifications by letter or e-mail vs. contract modification. Upon receipt of the change(s), the contractor shall include the new e-mail notifications when creating invoices and/or receiving reports. Contractor should send an email notification to the addressees listed below upon submittal of an invoice through Wide Area Work Flow (WAWF-RA). INSPECTOR: Roger.Shaffer@wpafb.af.mil ACCEPTOR: Roger.Shaffer@wpafb.af.mil CONTRACT ADMINISTRATOR: Rebecca.Powers@wpafb.af.mil CONTRACTING OFFICER: Christina.Steagall@wpafb.af.mil ADDITIONAL CONTACTS: Doyle.Jackson@wpafb.af.mil ADDITIONAL CONTACTS: . . 7. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Dayton at DFAS-DY/CVFD (800) 756-4571 or faxed to (866) 244-2894. Please have your contract/order number and invoice number ready when calling about payment status. 8. The accounts payable mailing address can be located in Block 18a of your contract/order. You can access payment information from the DFAS web site at http://www.dfas.mil/money/vendor. The contract, purchase order, or invoice number is required when inquiring about the status of your payment. INSPECTION AND ACCEPTANCE: 88 ABW/CEME IS DESIGNATED AS THE OFFICE RESPONSIBLE FOR INSPECTION AND FINAL ACCEPTANCE OF THE SUPPLIES OR SERVICES PROVIDED IN THIS ORDER. A RECEIVING REPORT SHALL BE ACCOMPLISHED IMMEDIATELY UPON RECEIPT AND ACCEPTANCE OF SUPPLIES. ACCEPTANCE OF SERVICES WILL TAKE PLACE AT THE TIME OF INVOICE CERTIFICATION. Quotes can be e-mailed (preferred) to Rebecca Powers at the following email address: Rebecca.Powers@wpafb.af.mil; faxed to the attention of Ms. Powers at 937-656-1412; or mailed to 88 CONS/PKBA, Attn: Rebecca Powers, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. A completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. All quotes are due by 4:00 PM EDT on 26 Jul 2005. 5 Atch 1. Road Salt SOW 2. 52.212-1 Addendum 3. 52.212-3 and 252.212-7000, Reps + Certs 4. Past Performance Questionnaire 5. Bid Schedule (Exhibit A) For more information on 05T0159--Road Salt (Sodium Chloride) for Basewide Snow and Ice Control please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0159/05T0159.asp
 
Web Link
05T0159-Road Salt (Sodium Chloride) for Basewide Snow and Ice Control
(http://www.pixs.wpafb.af.mil/pixslibr/05T0159/05T0159.asp)
 
Record
SN00846251-W 20050715/050713212124 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.