Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOLICITATION NOTICE

53 -- MEDIA BLAST BEADS

Notice Date
5/30/2008
 
Notice Type
Presolicitation
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, N68836 FISC JACKSONVILLE, CORPUS CHRISTI DET 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883608T0119
 
Response Due
6/5/2008
 
Archive Date
6/20/2008
 
Point of Contact
Krista Slezinsky 361-961-2998 Maria Gauntt 361-961-2669
 
Small Business Set-Aside
Total Small Business
 
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 N68836-08-T-0119 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-08-T-0119. The North American Industry Classification System (NAICS) Code is 327910 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. Lease of Glass and Plastic mix Media Blast Beads including recycling of spent beads for at FRCW Fort Worth, NAS Joint Reserve Base, Fort Worth Texas 76127. CLIN 0001 66 each 250 lb drums of Quickstrip G 10/20 glass and type 2 plastic mix media blast beads. Pricing is to include cost of material, delivery, pickup, and recycling rebate. Scope of Work: The Contractor shall provide all material for the implementation of a close-looped system to recycle plastic blast media. This statement of work covers the minimum requirement for a special blend of plastic media and glass to be leased by FRC West Fort Worth. The contractors application shall consist of recycling the dust by utilizing said dust product as an ingredient in an industrial process to make a new product, without any pretreatment of reclamation in accordance with 40 CFR 261 (e)(1)(2), no categorizing the dust product as a solid waste. The plastic media must be listed in military technical references and be specifically designed for use on aerospace and non-aerospace equipment. The Contractor shall remove all dust products to be recycled and to provide containers and labels for material. The Contractor is also responsible for all shipping costs to and from FRC West Fort Worth. The Contractor shall perform service in this statement of work to adhere to all local, state and federal regulations and will be the exclusive supplier of plastic blast media during the duration of the contract. The Contractor prior to performance must provide any licenses, permits, and/or certifications required by such regulations. Contractor shall recycle existing spent (used) media upon contract implementation according to schedule of prices. PART I GENERAL, SUBMITTAL(S), 1.1.1 Contractor Furnished Materials: The Contractor shall provide plastic media containers for delivery of new material and pick up of spent (used) material, and associated shipping labels. 1.1.2 Applicable Documents, a. 40 CFR (Code of Federal Regulation), Protection of the Environment, b. Licenses, permits, certifications, as required, PART II PRODUCT, 2.1 MATERIALS 2.1.1 The Contractor shall provide a special blend of plastic media and glass; OptiStrip-G, grit size 10/20 Type 2 plastic. It shall be material from plastic stock of uniform hardness and correct density. Containers shall be Department of Transportation (DOT) approved containers. Shipping labels shall identify the type of media, mesh size, Manufacturers batch numbers, and net weight of plastic media. 2.1.2 Contractor Furnished Material: Blended product Opti Strip G. Standard mix is crush glass mix in with Type 2 Plastic. 2.1.2.1 Initial Quantity: The Contractor shall deliver 16,500 pounds of plastic media to FRC West Fort Worth in one delivery. FRC West will accept the total requested amount of pounds all at once. There will be no split deliveries. 2.1.2.2 Reorder Quantity: N/A. 2.1.2.3 Excess Materials: At termination/conclusion of contract, the Contractor shall reimburse FRC West Fort Worth for any unused materials or recycle final shipment of spent (used) material at no additional cost to the activity. PART III - EXECUTION 3.1 PREPARATION3.1.1 Scheduling and Coordination: Before commencing work the Contractor shall determine that all requirements pertaining to scheduling of work, the time approved by the Government for commencement of work and the coordination with the Government Representative are being complied with. 3.2.6 The estimated quantity of spent media to be picked up is 20 drums. The Contractor will be notified when at least 20 drums are ready and pick up is required. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.211-17 Delivery of excess Quantities, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.223-3 Hazardous Material Identification And Material Safety Data, 52.225-13 Restrictions on Certain Foreign Purchases, 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.211-16 Variation In Quantity plus or minus 5 percent, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Within 52.212-5, the following clauses apply 52.219-6, Notice of Total Small Business Set-Aside, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-36, Payment by Third Party. 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations Alt 1, 52.222-22 Previous Contracts and Compliance Reports, DFAR 252.204-7004 - Central Contractor Registration (52.204-7) Alt A, 252.211-7003 - Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001, the following clause applies: 252.225-7001 Buy American Act. DFAR 252.223-7001 Hazard Warning Labels, 252.225-7000 Buy American ActBalance of Payments Program Certificate. NAVSUP H25 -- SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.htmlDisclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. Freedom of Information Act (FOIA) PROHIBITED PACKING MATERIALS --The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number.MARK FOR ADDRESS --Vendors are required to include the Order Number as part of the shipping address. (Block 2 Delivery Order Number of Form DD 1155 or Block 2 Contract Number of SF 1449). INVOICE NUMBER --In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. INVOICING INSTRUCTIONS -- Contractor may invoice on a monthly, quarterly or semi-annual basis. Invoices shall show period billed and the prorated amount for the period. The Government will authorize payment at the end of the month, quarter or semi-annual period being billed. No payment will be made in advance of the ending of a period being billed. 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 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., 05 June 08 CST. Quotations must be in writing and may be faxed emailed 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
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=85835d3a70e88e9e967b40cac1acdbe8&tab=core&_cview=1)
 
Record
SN01584055-W 20080601/080530220920-4425f1d3ebec49f0b318f5b6f5471661 (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.