Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2006 FBO #1788
MODIFICATION

68 -- Chemicals

Notice Date
10/17/2006
 
Notice Type
Modification
 
Contracting Office
M00318 Kaneohe Bay, HI
 
ZIP Code
00000
 
Solicitation Number
M0031806T1058
 
Response Due
10/18/2006
 
Archive Date
10/27/2006
 
Point of Contact
Steven Takasaki 808-257-5716
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request of Quote solicitation number is M00318-06-T-1058. This solicitation document and incorporated provision and clauses are those in effect through FAC 2005-12. This is an unrestricted acquisition. The Regional Contracting Department, Marine Corps Base Hawaii intends to negotiate a Firm-Fixed contract for CLIN 0001: 14 Container Chlorine Stabilizer (Conditioner) 45 lb containers. Deliver 1-2 containers per month, CLIN 0002 24 Bag Calcium, 50 lb bags. Deliver 2 bags per month, CLIN 0003 546 Case Muratic Acid, 4 one gallon bottles per case. Deliver 45-46 case per month, CLIN 0004 520 Bag Sodium Bicarbonate, 50 lb bags. Deliver! 43-44 bags per month, f.o.b. destination, delivered to the Plumbing Shop, MCBH Facilities Dept., Bldg 201, Kaneohe Bay, HI 96863. The Government requires delivery to be made within three workings days for routine deliveries, per oral directions. This requirement has a Base Period of 1 October 2006 through 30 September 2007 and two (2) 12-month option years thereafter. The NAICS and the small business size standard for this procurement is 325998 and 500 employees respectively. All contractors must be registered in the Central Contracting Registration database to be eligible for a Department of Defense contract award. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Work Flow Receipt and Acceptance (WAWF-RA). Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a quotation. All qualified responsible business sources may submit a quota tion, which shall be considered by the agency. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Price; 3. Past performance (see FAR 15.304). Technical and past performance, when combined, are equal. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications--Commercial Items. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies", the quoter shall state and list the country of origin. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial Items, Addendum (h): a single award will be made. FAR 52.212-4 Contract Terms and Conditions--Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial items, with the following additional FAR clauses being cited as applicable to this acquisition; FAR 52.222-3--Convict Labor, FAR 52.222-21--Prohibition of Segregated Facilities, FAR 52.222-26--Equal Opportunity, FAR 52.222-35-Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, FAR 52.222-36--Affirmative Action for Workers with Disabilities, FAR 52.222-37--Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-19-Child Labor, FAR 52.225-13--Restriction on Certain Foreign Purchases, FAR 52.232-33--Payment by Electronic Funds! Transfer--Central Contractor Registration. The following additional FAR clauses are incorporated: FAR 52.217-9 Option to Extend the Term of the Contract, 52.223-3 Hazardous Material Identification and Material Safety Data and 52.232-18 Availability of Funds. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: DFARS 252.204-7001--Commercial And Government Entity (CAGE) Code Reporting, DFARS 252.204-7004--Required Central Contractor Registration Alternate I, DFARS 252.223-7001 Hazard Warning Labels and DFARS 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following additional DFAR clauses being cited as applicable to this acquisition: DFARS 252.225-7001--Buy American Act and Balance of Payment Program (41 U.S.C. 10a, 10d, E.O. 10582) and 252.232-7003--Electronic Submission of Payment Requests (10 U.S.C. 2227). These clauses may be obtained via the Internet at http://www.arnet.gov/far, http://farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.htm. Quotations and or revised quotations are due no later than 6 October 2006, 1400 HST (Hawaii Standard Time), Proposals should be e-mailed to: steven.takasaki@usmc.mil. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 808-257-2350. The government reserves the right to make award solely on the facsimile quote. The completed original quote shall be submitted if requested by the Contracting Officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in the solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and name of the Contracting Officer on the first page to ensure proper receipt. Direct any questions or concerns in writing to: Steven Takasaki, Contract Specialist, ph. 808-257-5716, fax. 808-257-2350, or the e-mail address above.
 
Record
SN01166784-W 20061019/061017220749 (fbodaily.com)
 
Source
FedBizOpps 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.