Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

68 -- Delivery of Dry Ice

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, MD, 20762-6500, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1D4526300A200
 
Response Due
11/22/2006
 
Archive Date
12/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Delivery of Dry Ice for Malcolm Grow Medical Center Body of Synopsis/Solicitation to be entered. 1. DRY ICE DELIVERY FOR THE 79TH MEDICAL GROUP AT THE MALCOLM GROW MEDICAL CENTER (MGMC), ANDREWS AIR FORCE BASE. Request for Quotation F1D4526300A200 DUE 22 November 2006, 10:00am Eastern Standard Time (EST). Point of Contact: Lt Shayla Canty, 301-981-2308, Contracts Manager; Antoinette Ingram, 301-981-2310, Contracting Officer. 2. This solicitation has been set aside 100% to small business; all responsible sources may submit a proposal (see Numbered Note 1). 3. 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. 4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and Defense Acquisition Circular 20061109. 6. The North American Industry Classification System (NAICS) code is 325120 and the business size standard is 1,000 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Item 0001: Quantity/Units-12 months, Item description: weekly delivery of 220 LBS of pellet-form dry ice to the Malcolm Grow Medical Center with four (4) subsequent option periods: CLINs 1001 (option period 1), 2001 (option period 2), 3001 (option period 3) & 4001 (option period 4). 9. Contact the POC stated herein for a proposed pricing schedule. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 10. Period of Performance: CLIN 0001: 27 Nov 2006 through 30 September 2007; CLIN 1001: 1 Oct 2007 through 30 September 2008; CLIN 2001: 1 Oct 2008 through 30 September 2009; CLIN 3001: 1 Oct 2009 through 30 September 2010; CLIN 4001: 1 Oct 2010 through 30 September 2011. The first delivery for CLIN 0001 will be expected 27 Nov 2006. Acceptance shall be made at destination. 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to Paragraph (b)(10) ? Delete entire paragraph. Substitute ?Past Performance will not be evaluated.? Paragraph (d), Product Sample ?delete entire paragraph. Paragraph (e), Multiple offers ? delete entire paragraph. Substitute ?Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers ? delete entire paragraph. Substitute ?Single Award. The Government plans to award to a single contract resulting from this solicitation.? (B) The provision at FAR 52.212-2, Evaluation ? Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders ? Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small business Set-Aside; FAR 52.222-3, Convict labor; FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 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. (D) The provision at FAR 52.217-5, Evaluation of Options, applies. (E) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (F) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications ? Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications ? Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside. 14. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 15. Contact Lt Shayla Canty at 301-981-2308 or e-mail Shayla.canty@andrews.af.mil to obtain a solicitation handout. Proposals must be received no later than 10:00am EST, 22 November 2006. Proposals can be mailed to: 316th CONS/LGCBB, ATTN: Lt Shayla Canty, 1535 Command Drive, E-202, Andrews AFB, MD 20748. Facsimile proposals will be accepted at 201-981-1910.
 
Place of Performance
Address: Andrews AFB, MD
Zip Code: 20748
Country: UNITED STATES
 
Record
SN01183195-W 20061119/061117220735 (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.