Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
MODIFICATION

68 -- Lyondell-Basell Propylene Glycol USP (PGUUSP) grade

Notice Date
4/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N0017418R0032
 
Archive Date
5/15/2018
 
Point of Contact
Michelle Reeves,
 
E-Mail Address
michelle.reeves@navy.mil
(michelle.reeves@navy.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 solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ( FAC) 2005-96 effective November 6, 2017 This is a Limited Sources requirement for a Lyondell-Basell certified distributor who is able to acquire PG USP grade material. The certified distributors shall follow all standard practices and protocols for testing and handling of PGUSP. (a) NAICS: 325199 (b) Size 1250 # of employees RFQ Number: N0017418R0032 Description Qty Lyondell-Basell Propylene Glycol USP (PGUSP) grade 124,200 lbs in 275-Gallon IBC Totes RAW MATERIAL REQUIREMENTS The chemical and physical properties of the USP grade propylene glycol shall meet the requirements of Military Specification DOD-P-82670. Vendors must deliver Lyondell-Basell Propylene Glycol pharmaceutical (USP) grade according to the following specifications. Property Description Minimum Maximum Color, Pt-Co --- 10 Specific Gravity at 25/25 ° C 1.0340 1.0390 Acidity (as acetic acid), %wt. --- 0.030 Refractive index, n D 25 ° C 1.4300 1.4340 Distillation range, 185 to 190 ° C at atmospheric pressure, wt.% 98 --- Carbonyl, ppm --- 40 Moisture, wt.% --- 0.50 Dipropylene glycol, wt.% --- 0.10 Change in Redox, mv * --- 85 Separation Time, sec * --- 300 * These parameters shall be tested during a trial nitration test to be performed at and by NSWC IHEODTD. Period of Performance: Will not exceed 12 months from the date of the contract award. THE FOLLOWING DOCUMENTS HAVE BEEN ATTACHED: 1. DFARS Clause 252.209-7993, Representation Regarding Conviction of a Felony (See Attached and please return with your response). The following FAR and DFARS clauses apply to this acquisition: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017); FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (NOV 2017) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (JAN 2017); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2018): -- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) -- 52.219-28, Post Award Small Business Program Representation (July 2013) -- 52.222-3, Convict Labor (June 2003) -- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) -- 52.222-21, Prohibition of Segregated Facilities (APR 2015). -- 52.222-26, Equal Opportunity (SEP 2016) -- 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) -- 52.222-50, Combating Trafficking in Persons (March 2, 2015) -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) -- 52.225-1, Buy American--Supplies (May 2014) -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) -- 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) -- 52.232-36, Payment by Third Party (MAY 2014) FAR 52.232-39, Unenforceability of Unauthorized Obligations (June 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.234-1, Industrial Resources Developed Under Title III, Defense Production Act (SEPT 2016) FAR 52.244-6, Subcontracts for Commercial Items (NOV 2017) FAR 52.249-1, Termination For Convenience Of The Government (Fixed Price) (Short Form) (APR 1984) FAR 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (NOV 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (SEP 2011); DFARS 252.204-7003, Control of Government Work Product (APR 1992); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015) DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011); DFARS 252.204-7012, Safeguarding of unclassified controlled technical information (SEP 2015); DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); DFARS 252.225-7048, Export Controlled Items (Jun 2013); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006); DFARS 252.243-7001, Pricing Of Contract Modifications (DEC 1991); DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) DFARS 252.246-7000, Material Inspection and Receiving Report DFARS 252.247-7023, Alt III Transportation of Supplies by Sea (APR 2014) ; ***Be sure you have filled out all the Certifications and Representations on the SAM website. ALSO, complete the attached DFARS Clause 252.209-7993 and submit it along with your quote. Quotes are due by 30 April 2018, 4:00 PM Eastern Standard Time (EST). All questions/inquiries must be submitted to Michelle Reeves at michelle.reeves@navy.mil. Submit your quote to Michelle Reeves at michelle.reeves@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017418R0032/listing.html)
 
Place of Performance
Address: NSWC IHEODTD, Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04898054-W 20180425/180423230718-0a243ef4b8df1871b2acbd2430f0312d (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.