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
MODIFICATION

68 -- Liquid Runway De-Icer Fluid - J&A

Notice Date
7/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-10-T-0023
 
Archive Date
8/11/2010
 
Point of Contact
Christopher Pasco, Phone: 316-759-4537, Quarteeya Garner, Phone: 316-759-4534
 
E-Mail Address
christopher.pasco@mcconnell.af.mil, quarteeya.garner@mcconnell.af.mil
(christopher.pasco@mcconnell.af.mil, quarteeya.garner@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote. Brand Name J&A. 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. FA4621-10-T-0023 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, effective 16 Jul 2010. This acquisition is a 100% small business set-aside. The NAICS code is 424690 and the size standard is 500 employees. This requirement is for Cryotech Inc. products. This is a Brand Name requirement in accordance with authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(c). Only submit quote if a licensed Cryotech provider. McConnell AFB, KS plans to acquire the following items: Line Item Description (Brand Name) Qty Unit_ 0001 Cryotech XT 360 Liquid Runway De-Icer Fluid: 5000 Gallons Made with Dupont Tate & Lyle Susterra® propanediol Requirements: - Meets required AMS 1435 specification - Biodegradable - Composition: aqueous solution, containing Susterra® propanediol plus corrosion inhibitors. - Can be used at low temperatures (-20°F/-29°C) - Appearance: clear, mobile liquid, free from matter in suspension - Density: at 68°F (20°C) = 8.75 lbs/gal (1.06g/cm³) - Viscosity: at 68°F (20°C) = 20cp maximum, at 32°F (0°C) = 70cp maximum - Flash point: nonflammable - Freezing point: <-60°F (-51°C) - Miscibility with water: complete - Typical pH: 8 to 10 - Specific Gravity: at 68°F (20°C) = 1.02 to 1.07 - Free of triazole, ethoxylated compounds, nitrites, and nitrates The item must be delivered FOB destination within 30 days of receiving the order to the 22d Civil Engineering Squadron (22 CES/CEO) 53000 Hutchinson St. Bldg 697 McConnell AFB, KS 67221 Award will be made to the Offeror whose proposal is determined to be the lowest price technically acceptable and/or considered most advantageous to the government. The following provisions in their latest editions apply to this solicitation: FAR 52.203-3, Gratuities. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.212-1, Instructions to Offerors, Commercial Items, 52.212-2 Evaluation-Commercial Items (Jan 1999), the award will be made to the lowest priced and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the quantity as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (offerors shall complete these online at http://www.bpn.gov/orca). FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders, Commercial Items (Deviation), applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside (June 2003); FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 22.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-2 Buy American Act Certificate; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated By Reference; FAR 52.252-2 Clauses Incorporated By Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.253-1 Computer Generated Forms; The clause at 252.203-7000, Compensation of Former DoD Officials; DFARS 252.203-7002, Whistleblower rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.211-7003 Alternate I (2008); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.223-7001, Hazard Warning Labels; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023, Transportation of Supplies by Sea. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Include expected delivery date, DUNS number and TIN. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offertory, potential offertory, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 pm, Central Standard Time 27 July 2010. Offers can be faxed to (316) 759-1411 or e-mailed to christopher.pasco@mcconnell.af.mil. For questions, please call (316) 759-4537.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-10-T-0023/listing.html)
 
Place of Performance
Address: 22d Civil Engineering Squadron (22 CES/CEO), 53000 Hutchinson St. Bldg 697, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02211834-W 20100722/100720235357-e9baeb7c37f46adf3b49b3f07a7b6da4 (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.