Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

79 -- LGCB Hazardous Waste Management Supplies

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-09-Q-0025
 
Point of Contact
John D. Housewright, Phone: 90-322-316-8075, Leo Rodgers, Phone: 011903223168076
 
E-Mail Address
john.housewright@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil
(john.housewright@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTENTION POTENTIAL OFFERORS: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is FA5685-09-Q-0025. The solicitation is issued as a request for quotations (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35, DFARS Change Notice 20090729, and Air Force Acquisition Circular 2009-0803. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey, followed by European based companies, and finally United States companies. If there is no Turkish or European businesses that can meet the specifications required or feasible pricing is not received to the maximum extent practicable, the U.S. Air Force reserves the right to contract a United States firm. The NAICS code assigned to this acquisition is 562211 and small business size standard is $12.5M. (v) There are fifty-one contract line item numbers (CLINs). The quantity for CLIN 0001 is 1 package. The quantity for CLIN 0002 is 1 package. The quantity for CLIN 0003 is 20 boxes. The quantity for CLIN 0004 is 20 boxes. The quantity for CLIN 0005 is 100 bags. The quantity for CLIN 0006 is 20 boxes. The quantity for CLIN 0007 is 25 boxes. The quantity for CLIN 0008 is 25 boxes. The quantity for CLIN 0009 is 20 boxes. The quantity for CLIN 0010 is 10 boxes. The quantity for CLIN 0011 is 1 kit. The quantity for CLIN 0012 is 3 kits. The quantity for CLIN 0013 is 2 kits. The quantity for CLIN 0014 is 4 kits. The quantity for CLIN 0015 is 6 kits. The quantity for CLIN 0016 is 6 kits. The quantity for CLIN 0017 is 2 kits. The quantity for CLIN 0018 is 2 kits. The quantity for CLIN 0019 is 10 each. The quantity for CLIN 0020 is 10 each. The quantity for CLIN 0021 is 20 boxes. The quantity for CLIN 0022 is 4 each. The quantity for CLIN 0023 is 4 each. The quantity for CLIN 0024 is 5 boxes. The quantity for CLIN 0025 is 40 pairs. The quantity for CLIN 0026 is 5 packages. The quantity for CLIN 0027 is 5 cases. The quantity for CLIN 0028 is 6 each. The quantity for CLIN 0029 is 5 each. The quantity for CLIN 0030 is 2 each. The quantity for CLIN 0031 is 20 each. The quantity for CLIN 0032 is 50 boxes. The quantity for CLIN 0033 is 50 boxes. The quantity for CLIN 0034 is 50 boxes. The quantity for CLIN 0035 is 20 bags. The quantity for CLIN 0036 is 30 rounds. The quantity for CLIN 0037 is 40 rolls. The quantity for CLIN 0038 is 15 rolls. The quantity for CLIN 0039 is 10 kits. The quantity for CLIN 0040 is 10 kits. The quantity for CLIN 0041 is 15 kits. The quantity for CLIN 0042 is 2 each. The quantity for CLIN 0043 is 80 rolls. The quantity for CLIN 0044 is 2 each. The quantity for CLIN 0045 is 20 bags. The quantity for CLIN 0046 is 4 each. The quantity for CLIN 0047 is 2 each. The quantity for CLIN 0048 is 2 each. The quantity for CLIN 0049 is 4 each. The quantity for CLIN 0050 is 4 each. The quantity for CLIN 0051 is 5 each. Quotations shall be priced separately for each CLIN. (vi) CLIN 0001 is for Heavy Duty Gloves, New Pig PN: GLV409, Size Large CLIN 0002 is for Heavy Duty Gloves, New Pig PN: GLV409, Size Extra Large CLIN 0003 is for Pig Socks, New Pig PN: PIG202 CLIN 0004 is for Pig Socks, New Pig PN: PIG203 CLIN 0005 is for LITE-DRI, New Pig PN: PLP201 CLIN 0006 is for Chemical Spill Absorbent, New Pig PN: HA8010 CLIN 0007 is for Absorbent Pillow, New Pig PN: PIL201 CLIN 0008 is for Absorbent Pillow, New Pig PN: PIL204 CLIN 0009 is for Absorbent Pillow, New Pig PN: PIL205 CLIN 0010 is for Absorbent Shop Towels, New Pig PN: WIP-690 CLIN 0011 is for Acid Spill Kit, New Pig PN: KIT341 CLIN 0012 is for Universal Spill Kit, New Pig PN: KIT262 CLIN 0013 is for Acid Spill Kit Refill, New Pig PN: KITR302 CLIN 0014 is for Universal Spill Kit Refill, New Pig PN: KITR202 CLIN 0015 is for Response Kit, New Pig PN: KIT217 CLIN 0016 is for Response Kit Refill, New Pig PN: KIT218 CLIN 0017 is for 1st Responder Drum Repair Kit, New Pig PN: GEN472 CLIN 0018 is for Non-Sparking Tool Kit, New Pig PN: GEN310 CLIN 0019 is for Non-Sparking Shovel, New Pig PN: GEN305 CLIN 0020 is for Non-Sparking Scoop, New Pig PN: TLS290 CLIN 0021 is for Hazardous Waste Disposal Bag, Large, New Pig PN: BAG202-L CLIN 0022 is for Spill Blocker, New Pig PN: PLR267 CLIN 0023 is for Drain Blocker, New Pig PN: PLR202 CLIN 0024 is for Nitrile Gloves, Large, New Pig PN: WPL579-L CLIN 0025 is for Nitrile Gloves, Outer, Large, New Pig PN: WPL587 CLIN 0026 is for First Responder Tyvec Shoe Covers, New Pig PN: WPL233 CLIN 0027 is for First Responder Tyvec, X-Large, New Pig PN: WPL717 CLIN 0028 is for Plastic Overpack Salvage Drum, New Pig PN: PAK725 CLIN 0029 is for Secondary Containment for 4 Drums with drain, New Pig PN: PAK606 CLIN 0030 is for Secondary Containment for 2 Drums with drain, New Pig PN: PAK604 CLIN 0031 is for Plastic Drum Funnel with Lid, New Pig PN: DRM454 CLIN 0032 is for Absorbent Pads, New Pig PN: MAT140 CLIN 0033 is for Absorbent Pads (absorb oil without absorbing water), New Pig PN: MAT427 CLIN 0034 is for Absorbent Pads (absorb oil without absorbing water) fit any space, New Pig PN: MAT442 CLIN 0035 is for Paint Absorbant Mat, New Pig PN: MAT209 CLIN 0036 is for Heavy Duty Absorbant Pads (absorb everything), New Pig PN: MAT230 CLIN 0037 is for Absorbant Roll (absorb oil without absorbing water), New Pig PN: MAT440 CLIN 0038 is for Acid Absorbant Roll, New Pig PN: MAT301 CLIN 0039 is for 30 Gallon Spill Kit, New Pig PN: KIT245 CLIN 0040 is for 30 Gallon Spill Kit Refill, New Pig PN: RFL236 CLIN 0041 is for Oil Only Absorbant Kit, New Pig PN: KIT444 CLIN 0042 is for Overpack Dolly, New Pig PN: PAK414 CLIN 0043 is for Oil Only Spill Absorbant Roll, New Pig PN: MAT462 CLIN 0044 is for Floor Gripping Mat Tray, New Pig PN: MAT902 CLIN 0045 is for Traffic Mat, New Pig PN: MAT247 CLIN 0046 is for Drum Truck, New Pig PN: DLY306 CLIN 0047 is for Non-Sparking Drum Truck, New Pig PN: DLY302 CLIN 0048 is for Portable Drum Handler, New Pig PN: DRM624 CLIN 0049 is for Safety Glasses, New Pig PN: GLS111 CLIN 0050 is for Xenon Flashlight with Belt Clip, New Pig PN: ELS101 CLIN 0051 is for Double Blade Scraper, New Pig PN: CLN254 If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need. (vii) All quantities ordered must be delivered within 30 calendar days to Incirlik Air Base, Adana, Turkey on an FOB Destination basis. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be n the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) Or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The second and last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (20), (34), & (39). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The FAR clause at paragraph (a) is considered checked and applicable to the acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(iii), (22) (xiii) The following five additional contract clauses apply to this acquisition: (1) DFARS 252.225-7041 Correspondence in English. (2) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (3) DFARS 252.233-7001 Choice of Law (Overseas). (4) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: David Jones, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: david.jones@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Lt Col Paul Marks, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: paul.marks@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (5) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 4:30PM (local time) on 10 August 2009. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact John Housewright at E-Mail: john.housewright@incirlik.af.mil and/or lgcb.confirmations@incirlik.af.mil or Tel: 0-322-316-8075 or Fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-09-Q-0025/listing.html)
 
Place of Performance
Address: Incirlik AB, Adana, 09824, Turkey
 
Record
SN01900938-W 20090807/090806002423-7d38fe0705a507d66ed88d8b7e418e5b (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.