Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

53 -- TYPE VII BLAST MEDIA

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-07-Q-800001
 
Response Due
10/30/2006
 
Archive Date
11/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. HSCG38-07-Q-800001 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-13. The applicable NAICS number is 325211 and the small business size standard is 750 employees. This is a restricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The U.S. Coast Guard intends to solicit and negotiate only with Midvale Environmental Technologies Inc., Cage Code 3NKN8 6310 Knox Industrial Drive, Saint Louis, MO 63139-3025 to award a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for the purchase of EnviroStrip (eStrip) GPX Cornstarch Blast Media manufactured by Archer Daniels Midland to include the removal and recycling/disposal of spent media totally eliminating the by-product for a true ?cradle to grave? process. This product is identified as the only Type VII media as classified by Mil Spec MIL-P-85891A that can meet the U.S. Coast Guard?s requirements. Spent Media Recycling/Disposal must result in the generation of a product named StarZorb and have it?s own Material Safety Data Sheet (MSDS) to avoid generating a new waste stream. Copies of documentation dated within the past six months from the State of North Carolina and the state where the StarZorb will be recycled/disposed of MUST be furnished with the proposal showing documented approval of the proposed spent media recycle/disposal process. The Environmental Protection Agency Identification Number for the site where the StarZorb product is being utilized must be furnished along with a copy of the site?s clean air permit. A site inspection may be required by ARSC prior to acceptance of an offer to ensure the recycling/disposal process is in compliance. The term of the contract will be from the date of award not to exceed one year. Quantities listed are estimates. All orders under the resulting contract will be placed via funded Delivery Orders. Only the USCG AR&SC will be authorized to issue orders. Failure of the Government to order any of the line items or quantities described as estimated or maximum will not entitle the contractor to any equitable adjustment in price. Guaranteed minimum quantity to be ordered by the Government is 8 Boxes. CLIN 1: eStrip GPX Blast Media; Estimated Quantity 130, 500 kg (1102 lb.) BX. CLIN 2: Proof of Paperwork for delivery of spent media to an approved and licensed recycling facility. Packaging, Packing and preservation shall be in accordance with best commercial practices as defined in MIL-P-85891A dated 6 May 1988 and to include Amendment # 2 dated 26 June 1988 to enable shipment to destination. Material shall be packaged in boxes and shipped on pallets. Pallets shall have a copy of the packing slip attached indicating Nomenclature, Contract and applicable Delivery Order Number (Delivery Order Numbers are assigned upon issuance), Quantity or Pounds, and a Contract Line Item Number. All shipments must include a copy of the MSDS. Each box shall be individually labeled with Nomenclature, Quantity or Pounds, Contract and Delivery Order Numbers and Line Item Number. Labeling data shall be attached to the outside of each Box. Packaging shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Bar Coding is not required. Material shall be delivered to USCG Aircraft Repair and Supply Center, Receiving Bldg 63, Attn: Stripping Shop, Elizabeth City NC 27909. Inspection and Acceptance of material shall be performed by receiving personnel at AR&SC. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2006) The Closing Date for receipt of offers is 30 October 2006 at 4:00 p.m. EDST. Offers may be F.o.b. Destination or F.o.b. Origin, Freight PrePaid, however F.o.b. Destination quotes are preferred. F.o.b. Origin, Freight PrePaid offers must include shipping costs to be considered responsive. Offers must include a detailed description of the disposal process for the spent blast media and must include documentation dated within the past six months from the state of North Carolina and the state where the product will be recycled/disposed showing approval of the spent/media disposal process. For information regarding this solicitation contact Gary Woolard, Contract Specialist at gary.s.woolard@uscg.mil or faxed to (252) 335-6227. Questions and requests for information should be submitted in writing. Facsimile or e-mail offers are acceptable and may be faxed to (252) 335-6227 or e-mailed to gary.s.woolard@.uscg.mil. Alternate POC is Connie Cox, Contracting Officer at connie.w.trotman@uscg.mil, fax: 252-335-6463. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered with CCR. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are arranged in order of importance and shall be used to evaluate offers: a) Technical Capability to furnish the required conforming product or an acceptable conforming product and recycle/disposal of spent Blast Media showing a true cradle to grave process; b) Price; c) Delivery; d) Past Performance. Factors a) through d) are arranged in order of importance. Technical Capability is of primary importance and includes two parts: 1) ability to provide the required conforming product or acceptable equal product and 2) the recycle/disposal process for spent blast media. Both parts are of equal importance in that they show the offeror?s ability to provide a cradle to grave or closed loop process. Offerors proposals must clearly describe and demonstrate the generation of a new product through the recycle/disposal process showing that a new waste stream is not created. The combination of (a) Technical Capability and (c) Delivery are considered to be significantly more important than (b) Price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2006) Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) tailored to include the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO-A1 rating, FAR 52.216-18 Ordering (Oct 1995) Para (a) date of contract award through one year from the date of contract award, FAR 52.216-19 Order Limitations (Oct 1995) Para(a) 1 Box, Para(b)(1) ten percent (10%) greater than the Contract Line Item Quantity, Para (b)(2) total line item quantities plus (+) ten percent (10%), Para (b)(3) 20 calendar days, Para (d) 10 calendar days., FAR 52.216-22 Indefinite Quantity (Oct 1995) Para (d) 30 December 2008, FAR 52.223-3 Hazardous Material Identification Material Safety Data (Jun 1997) Alternate 1 (Jul 1995), FAR 52.242-13 Bankruptcy (Jul 1995), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (Jun 2006) is incorporated with full text available at http://farsite.hill.af.mil/reghtml/regs/other/hsar/3009.htm FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2006)(a) (b) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate 1 (Oct 1995)(41 U.S.C. 253g and 10.U.S.C. 2402) FAR 52.219-8 Utilization of Small Business Concerns (Oct 200))(15 U.S.C. 637(d)(d) and (3)) FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755) FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUN 2004)(E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)( 38 U.S.C. 4212) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.225-5 Trade Agreements (Jun 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury FAR 52.232-18 Availability of Funds (1984) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Numbered Note 12 applies. NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external form. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date ( if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (GG-851), 2100 2nd Street, SW, Room 2606, Washington D.C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011.
 
Place of Performance
Address: U.S. AIRCRAFT REPAIR AND SUPPLY CENTER
Zip Code: 27909
Country: UNITED STATES
 
Record
SN01167107-W 20061020/061018220209 (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  © 1994-2020, Loren Data Corp.