Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

68 -- CARBON DIOXIDE DRY ICE PELLETS

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FB206791050019
 
Archive Date
7/2/2009
 
Point of Contact
Maxine B Hollingshed, Phone: (478) 926-9508
 
E-Mail Address
maxine.hollingshed@robins.af.mil
(maxine.hollingshed@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: Contractor shall provide Carbon Dioxide Dry Ice Pellets to various buildings located at Robins Air Force Base. Estimated total quantity 136,000 lbs. The resulting contract will be Firm Fixed Price. 100% Small Business Set-Aside. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisitions Regulation (FAR) subpart 12.7, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) FB206791050019. Written procedures will not be used for this combined synopsis/solicitation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 dated 22 Mar 2097 and Class Deviation 2005-0001 and Defense Acquisition Circular (DAC) 91-13 Correction. The NAICS Code is 325120 and small business size is 1000 employees. Carbon Dioxide Dry Ice Pellets shall be delivered FOB Destination to two separate locations on Robins Air Force Base. These locations are Bldg 125 and Bldg 169. Dry Ice Pellets delivery to Bldg 125 will be approximately 475 - 550 pounds per week. Delivery to Bldg 169 will be approximately 1000 - 1100 pounds per week. Delivery will be every Wednesday (excluding federal holidays) with the possibility of every other Wednesday to Bldg 125 depending on demand. Delivery hours are 7 a.m. to 1 p.m. Contractor must provide containers in all locations (front opening in Bldg 169) and is also responsible to monitor tanks to ensure proper levels are maintained at all times. Provisions at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision. Quotes should be submitted including the following information: Solicitation number, name, address, telephone number of offeror, price and any applicable discounts and payment terms. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. In accordance with FAR 52.212-2, Evaluation-Commercial Items. 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 price related factors considered. The following factors shall be used to evaluate offers: Price and Price Related Factors. All offerors must have FAR 52.212-3, Offeror Representations and Certifications/Commercial Items completed on line. If not, on line certification can be completed at http://orca.bpn.gov. Offerors must also be registered in Central Contractor Registration (CCR). Information concerning CCR requirement may be viewed via the internet at http://www.ccr.gov/ or by calling 1-888-227-2423, All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil. 52.212-4, Contract Terms and Conditions/Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.225-1, Buy American Act/Supplies; 52.232-33, Payment by Electronics Funds Transfer/Central Contractor Registration; 252.204-7004, Required Central Contractor Registration. All respondent offerors must be registered in www.ccr.gov in order to be eligible for contract award. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items. Quotations may be faxed to (478) 926-7549 or e-mail to Maxine.Hollingshed@robins.af.mil. All written responses must be submitted no later than 17 Jun 2009. Questions concerning this acquisition may be directed to Maxine Hollingshed at (478) 926-9508.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FB206791050019 /listing.html)
 
Place of Performance
Address: Warner Robins Air Logistics Center, Robins Air Force Base, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN01838413-W 20090610/090608234606-378a8c58cbf99968bbd117663501ed47 (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.