Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

68 -- 40 drums of Acrylic Blast Media

Notice Date
4/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3D19072AQ01
 
Point of Contact
William A. Waterworth,, Phone: 210-652-5171, Ricky L Harris,, Phone: 210-652-5171
 
E-Mail Address
william.waterworth@randolph.af.mil, ricky.harris@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525 Description ARCHER DANIEL MIDLAND (ADM) – GPX BLAST MEDIA ( TYPE VII ) The 12th Contracting Squadron at Randolph AFB intends to award a contract on a Sole-Source basis for the purchase of items listed in the Description of Supplies. This is a streamlined 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; quotations are being accepted and a written solicitation will not be issued. This requirement is issued as a request for quotation. The clauses and incorporated provisions of this solicitation document are those in effect through Federal Acquisition Circulars as of posting date. The NAICS Code is 423840; size standard is 100 employees. A Firm Fixed Priced Award will be in accordance with the following: DESCRIPTION OF SUPPLIES/SERVICES A. Following items will be provided: CLIN: 0001 Description: Type VII ADM GPX Starch-g Acrylic Blast Media. Packaged in 300 Pound or 55 Gallon Plastic Drums. Military Specification: MIL-P-85891. Quantity: Forty (40) SOLE SOURCE JUSTIFICATION: GPX, MIL-P-8589, Type VII is a hybrid blasting media that combines acrylic plastic with corn starch. The media is softer and less aggressive than plastic (Type V) media currently used. The Archer Daniels Midland (ADM) company is the only known manufacturer of GPX Type VII. Midvale Industries is the only authorized distributor for ADM GPX. AETC plans to use this product to strip all assigned aircraft. 12FTW/MXM is mandated to use this type of blasting media. CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. 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 shall be used to evaluate offers: (1) Conformance to the Description of Supplies (Technical Proposal) The technical proposal shall demonstrate the ability to provide supplies in the Description of Supplies according to Military Specification MIL-P-85891 that provides the best value to the government. (2) Price (Price Proposal) The firm fixed price shall including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on the factors contained herein. In determining best value, Conformance to the Description of Supplies is significantly more important than price. Interested parties capable of providing the above must submit a written price quote to include discount terms, Cage Code, DUNS number, and Tax Identification Number. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. Responses to this notice shall be provided in writing to 2Lt William Waterworth via email: William.Waterworth@randolph.af.mil and Ricky L. Harris via email: Ricky.Harris@Randolph.af.mil no later than 2:00 PM CST on Friday, 17 April 2009. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil FAR Part 52 or online at http://orca.bpn.gov. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representation and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-4 Addendum. Paragraph (c) of this clause is tailored as follows: (c)Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if (A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if (A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractors verbal or written agreement. 52.212-5 Contract Terms and Conditions/ Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders/ Commercial Items (Deviation); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities; 52.222-41 Service Contract Act of 1965, as amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services—Certification; 52.223-1 Biobased Product Certification; 52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-4 Recovered Material Certification; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-10 Waste Reduction Program; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7001 Hazard Warning Labels; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Report of Intended Performance Outside the United States. 252.247-7021 Returnable Containers Other Than Cylinders; 5352.201-9101 Ombudsman; 5352.223-9001 Health and Safety on Government Installations. Point of Contact 2Lt William Waterworth, Contract Specialist, Phone 210-652-8887, Fax 210-652-2759, Email William.Waterworth@randolph.af.mil Place of Performance RAFB
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=030bcf7b289919a468cc9992955268d7&tab=core&_cview=1)
 
Place of Performance
Address: 12 FTW/MXMF, Hangar 61, Randolph AFB, Tx 78150, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01792234-W 20090416/090414220725-030bcf7b289919a468cc9992955268d7 (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.