SOLICITATION NOTICE
68 -- Caustic Soda and Sulfuric Acid--Lemoore
- Notice Date
- 9/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6304203RCU50
- Point of Contact
- Brian O'Donnell 619 532 3445 Brian O'Donnell, Contract Specialist, 619.532.3445
- E-Mail Address
-
Email your questions to Click here to contact the Contract Specialist
(brian_w_odonnell@sd.fisc.navy.mil)
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 09. This Procurement is issued as a small business set-aside. See numbered note 1. The Standard Industrial Code is 5169, (NAICS code is 422690-Other Chemical and Allied Products Wholesalers)--with a small business standard of 100 employees. The agency need is as follows: CLIN 0001: Caustic Soda; Summer Strength is 50%. To be delivered to the Water Plant at Naval Station Lemoore, CA in Bulk Loads of 2,500 Gallons a t a Time; To be delivered on call by the water plant POC; "Material Safety Data Sheet" required; Period of performance: 01 Oct 02 through 30 Sept 03; Quantity: 37,500 Gallons CLIN 0002: Caustic Soda; Winter Strength is 30%. To be delivered to the Water Plant at Naval Station Lemoore, CA in Bulk Loads of 2,500 Gallons at a Time; To be delivered on call by the water plant POC; "Material Safety Data Sheet" required; Period of performance: 01 Oct 02 through 30 Sept 03; Quantity: 7,500 Gallons CLIN 0003 Sulfuric Acid (93%); To be delivered to the Water Plant at Naval Station Lemoore, CA in Bulk Loads of 2,500 Gallons at a Time; To be delivered on call by the water plant POC; "Material Safety Data Sheet" required; Period of Performance: 01 Oct 02 through 30 Sept 03; Quantity: 25,000 gallons Offeror shall provide unit price and amount for each CLIN. The requirement is for a firm-fi xed price contract. The solicitation will be issued with the anticipation of obtaining current pricing and parts information for all CLINs listed. In accordance with 52.211-8 Time of Delivery, all products must be delivered within 24 hours after placement of call. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warrant y which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes-Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; FAR 52.219-6 Notice of Total Small Business Set -Aside; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration, appl ies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.211-16 Variation in Quantity; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.247-35 F.O.B Destination, Within Consignee's Premises; 52.249-1 Termination for the Convenience of the Government (Fixed Price) (Short Form). The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price an d price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications , along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, 26 September 2002 and will be accepted via FAX (619)-532-1088, Attn: Brian O'Donnell (619.532.3445) or e-mail brian_w_odonnell@sd.fisc.navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ .
- Web Link
-
Click here to learn more about FISC san Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00173150-W 20020923/020921213254 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |