Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

42 -- HazMat Training and Spill Kits.

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0065
 
Response Due
9/7/2007
 
Archive Date
11/6/2007
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a Combined Synopsis/Solicitation for the purchase of a commercial item, 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 s olicitation to be made. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0065 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070327. This requirement is Hazmat Testing and Hazmat Training with a NAICS Code of 453998 and a corresponding size standard of $ 6.5 million in sales. FAR 52.211-6 Brand Name or Equal does apply to this solicitation. All items must meet requirements set forth by The Chlorine Institute, Inc and match their Salient Characteristics set at Web Page http://www.chlorineinstitute.org/CHLOREP The description of the requested com mercial items are set in each Contract Line Item Number (CLIN) and Each CLIN reads as follows: CLIN 0001, 1 Each Chlorine Institute Emergency Kit A P/N KIT-A; CLIN 0002, 1 Each Chlorine Institute Emergency Kit B P/N KIT-B; CLIN 0003, 1 Each Chlorine I nstitute Emergency Kit C P/N KIT-C; CLIN 0004, 2 Each Chlorine Institute Recovery Vessel P/N: CRVW; CLIN 0005, Sulfur Dioxide Cylinder Gasket Kit P/N SA; CLIN 0006, 1 Each Sulfur Dioxide One Ton Container Gasket Kit P/N: SB; CLIN 0007 1 Each Sulfur Dioxid e Tank Car/Truck Gasket Kit P/N: SC; CLIN 0008, 1 Each Sulfur Dioxide Cylinder Recovery Vessel with wheels P/N: SRV; CLIN 0009, 1 Each Anhydrous Ammonia Cylinder Kit, P/N: NH-KIT; CLIN 0010, 1 Each Universal HazMat Patch & Plug Kit A & E w/ Non-Sparkin g Tools, P/N: ECAENS; CLIN 0011, 1 Each Chlorine Training Cylinder for Emergency Kit A, P/N: TCYL; CLIN 0012, 1 Each Chlorine One Ton Container Training End w/ Wheels, P/N: ENDW; CLIN 0013, 1 Each Chlorine Rail Car Training Dome with Wheels, P/N: DOME; CLI N 0014, 1 Each Chlorine and Sulfur Dioxide Leak Indicator Bottles, P/N: LIB; CLIN 0015, 1 Each Chlorine Safety Video, P/N: (C)SV; CLIN 0016, 1 Each Ammonia Safety Video, P/N: (A)SV; Seeking Fob Destination to Zip Code 98433. Contractor shall provide wit h Quotes, Manufacturer, Place of Manufacture, Country of Origin, and Delivery time ARO. Acceptance will be at the destination. The selection resulting from this Request for Quotes shall be made on the basis of the lowest priced, technically acceptable Quo tes from a responsible offeror with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quo tes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applica ble, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer , proposal , offerors , or similar terms are used in this solicitation or any provision, they shall be read to mean quote , quotation , quoter , vendor or s imilar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are not presently available for this acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes , then cl ick on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Co mmerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice wi ll not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I , Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this ac quisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to th is acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7021,252.232-700 3, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www .arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quo te and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Quotes are due on 7 Sep, 2007 at 12.00 PM. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certificat ions, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Max D Putnam, Contract Specialist, max.d.putnam@us.army.mil, 253-966-0175. Quoters must be registered in the Central Contractor Registrat ion database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc- and at Federal Business Opportunities. No number ed notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01379774-W 20070823/070822070604 (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.