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 -- BULK CHEMICALS

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0020
 
Response Due
12/4/2006
 
Archive Date
12/19/2006
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-07-T-0020 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-07-T-0020. The North American Industry Classification System (NAICS) Code is 325998 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Water Treatment chemicals for use at Naval Air Station Corpus Christi Texas. CLIN 0001 - 54,000 gal Sodium Hypochlorite 12% (4,500 gal increments) CLIN 0002 - 6,000 gal Sodium Bisulfite 40% (500 gal increments) Deliveries will be requested from vendor as required (approximately monthly) PRODUCT SPECIFICATIONS 12 % Sodium Hypochlorite (Filtered) The Sodium hypochlorite shall conform to the following maximum concentrations. The delivered bleach (9 to 16 wt% NaOCl) have between 0.1 - 0.4 wt% excess caustic, <1,500 mg/L ClO3 -, <0.5 mg/L iron <0.05 mg/L nickel and copper. Appearance: Greenish-Yellow Liquid. 40% Sodium Bisulfite Specification - Typical Analysis Appearance - clear, pale yellow to dark yellow liquid Assay, wt% 38.0-42.0% - 38.0-42.0% Specific Gravity, 60 Degrees Fahrenheit - 1.3300-1.3700 Iron, ppm - 1-2 ppm pH @ 25 Degrees Celcius 3.0-5.0 - 3.5-5.0 Thiosulfate % wt - Nil Sulfate, % wt - <0.5% Sulfite - None Specified CERTIFICATION 1. The supplier or retailer must present the technical specifications of the sodium hypochlorite showing, the minimum concentration of sodium hypochlorite or active chlorine. 2. Each shipment must be accompanied by a quality certificate, guaranteeing that the product is within specifications. 3. The analysis methodology of the concentration of sodium hypochlorite must be provided. Analyses by Baum? or by density will not be accepted. 4. The supplier or retailer should present written registration of its own quality control system. Upon delivery the government will perform third party quality testing of vendor product. The results will not be available for 7-10 days. If the vendors product is found not to be of the quality stated in the certification provided at delivery, the vendor will be required to remove, and redeliver new product at the vendors expense. Should there be more than two occurrences the government may exercise the option of cancelling the order for the remainder of the contract. Any equipment damage, down time, labor charges, fines, or any other costs resulting from defective material will be assumed by the supplier. DELIVERY REQUIREMENTS Contractor must be capable of making deliveries within (3) working days after receipt of order. The Contractor shall furnish a government approved, leak-free connection device between the trailer and the governments intake receptacle. The Contractor shall observe the entire filling operation at each delivery and shall take immediate and appropriate action to clean up and report any spills. The Contractor shall be responsible for any spills resulting from the failure of its or its subcontractor's delivery equipment or from failure of attendant delivery personnel in the proper performance of their duties. Proper performance shall require attendant delivery personnel's constant inspection and observation of unloading operations and knowledgeable response to problems or emergencies, which would most commonly be expected to occur. The tanks or trailers shall be clean and free of residue that may contaminate the product or impede the unloading process. The government reserves the right to refuse any and all deliveries made with equipment that is poorly maintained or not properly cleaned. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.211-17 Delivery of excess Quantities (SEP 1989), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.223-3 Hazardous Material Identification And Material Safety Data (JAN 1997), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), , 52.247-34 F.O.B. Destination (Nov 1991). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (MAY 2004), 52.232-18 Availability Of Funds (APR 1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). DFAR 252.223-7001 Hazard Warning Labels (DEC 1991), NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP), Freedom Of Information Act (FOIA). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 4 Dec 06 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Krista Slezinsky, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, EMAIL: krista.slezinsky@navy.mil
 
Place of Performance
Address: NAVAL AIR STATION, 9035 OCEAN DRIVE, BLDG 10, CORPUS CHRISTI TX
Zip Code: 78419
Country: UNITED STATES
 
Record
SN01183402-W 20061119/061117221135 (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.