Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

68 -- Specialty Gases

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-10-T-1057
 
Response Due
7/26/2010
 
Archive Date
9/24/2010
 
Point of Contact
Tejae Craig, 928-328-6903
 
E-Mail Address
MICC Center - YPG
(tejae.craig@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-10-T-1057. This requirement is being solicited as unrestricted. The applicable North American Industry Classification System (NAICS) Code is 325120 with a business size standard of 1000 employees. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for delivery of specialty gases as indicated in the attached Specifications (Attachment 1) and included tables. The solicitation consist of four Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Lump Sum, Description: Base Year - Gases required include pure gases and custom mixtures. Contract Line Item Number (CLIN) 0002, Quantity: 5, Unit of Issue: Each, Description: Base Year - Cylinder returned for re-certification and re-issue of expired calibration gases. Contract Line Item Number (CLIN) 1001, Quantity: 1, Unit of Issue: Lump Sum, Description: Option Year - Gases required include pure gases and custom mixtures. Contract Line Item Number (CLIN) 1002, Quantity: 5, Unit of Issue: Each, Description: Option Year - Cylinder returned for re-certification and re-issue of expired calibration gases. All gas deliveries must be processed FOB Destination through the Yuma Proving Ground Transportation Office, Bldg 2660, Yuma, AZ 85365-9498, prior to delivery at the Lab. The Combined Synopsis/Solicitation (CSS); Specifications (Attachment 1) and CLIN Structure (Attachment 2) are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/site_contracting.asp. The period of performance for this acquisition shall be for one 12-month base period, with one additional 12-month option period. This will be a Firm-Fixed Price, Indefinite Delivery - Indefinite Quantity (IDIQ) contract. The government's obligation to purchase is limited to the minimum guarantee of $6,500.00. The initial order will be provided at the time of award and will specify types and quantities of gases to be delivered. Total quantities ordered (except for the initial quantity) during the award period may be more or less than the estimated quantity for the individual gases listed. However, the total quantities ordered will not exceed the total estimated ceiling for each ordering period. It is anticipated that payment will be made by Government VISA Payment Card. Offerors shall account for any costs associated with accepting credit card payment. Offerors must provide the following: 1) Unit Price, Total Price, and Total Extended Price for all Contract Line Item Numbers (CLINS) identified in Attachment 2 for the two 12- month periods of performance. The proposed Total Extended Price on CLINS 0001 and 1001 will be utilized as a Not to Exceed (NTE) Ceiling Price for the ordering period for those CLINS. All quotations shall include transportation costs to the USAYPG, Yuma, AZ 85365-9498. Arizona vendors are to include the Arizona Privilege Tax. 2) Documentation as to purity and composition of the gases for evaluation. 3) Other items as specified in FAR Provision 52.212-1(b) Submission of offers. This RFQ closes on Monday, 26 July 2010 at 12:00 Noon Mountain Standard Time (MST). Electronic or facsimile quotations are acceptable and must be received on or before the closing date and time of this RFQ. Quotes may be sent to fax # (928) 328-6534 or by e-mail to the Point of Contact specified in this RFQ. You must include reference to RFQ W9124R-10-T-1057 in the subject line. All technical questions concerning this requirement must be faxed to Kimberly Ross at (928) 328-6534 no later than Thursday, 22 July 2010 at 11:00 am MST. Reference RFQ W9124R-10-T-1057 on all inquiries. All responding vendors must be actively registered with the Central Contractor Registration (CCR) prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/(https://www.bpn.gov/ccr/default.aspx). Offerors that fail to furnish required representations or all necessary technical information as required by FAR Clause 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. This solicitation document incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-42 (July 16, 2010) and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 Edition, current to DCN 20100713. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. Specific provisions applicable to this acquisition are: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) 52.212-2, Evaluation Commercial Items (Jan 1999) Basis for award: The government anticipates award on a best value basis. 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 Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability. Those offers determined to be in compliance with the product specifications will then be evaluated for past performance and price. In evaluating past performance the government may review criteria to include, but not limited to, quality of product, history of on-time deliveries, and customer satisfaction. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), Alt I (Apr 2002) NOTE: In order to complete the Representations and Certifications you may go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. Defense Federal Acquisition Regulation Supplement (DFARS) 252.225-7000, Buy American Act Balance of Payments Program Certificate (Dec 2009) Specific clauses applicable to this acquisition are: Federal Acquisition Regulation (FAR) 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2010) Applicable clauses under FAR 52.212-5: 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.232-36, Payment by Third Party (Feb 2010) 52.233-3, Protest after Award (Aug. 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) Applicable clauses under DFARS 252.212-7001: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alt III (May 2002) The following FAR and DFARS clauses are added by addendum: 52.216-18, Ordering (Oct 1995) Paragraph (a) is completed as follows: date of award through contract expiration. 52.216-19, Order Limitations (Oct 1995) Paragraphs (a), (b)(1)(2)and(3), and (d) are completed as follows: (a) $100.00 (b)(1) $1,200 (b)(2) $7,500 (b)(3) 10 days (d) 3 work days. 52.216-22, Indefinite Quantity (Oct 1995) Paragraph (d) is completed as follows: 30 days after contract expiration. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) Paragraphs (a) and (c) are completed as follows: (a) 30 days of contract expiration (c) 24 months. 52.247-34, F.o.b. Destination (Nov 1991) 252.211-7003 Item Identification Valuation (Aug 2008) 252.223-7001, Hazard Warning Labels (Dec 1991) 252.232-7010, Levies on Contract Payments (Dec 2006)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d52546ffbff69708af262174941b4f7)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02211372-W 20100722/100720235016-8d52546ffbff69708af262174941b4f7 (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.