SOLICITATION NOTICE
91 -- DRAFT HYDRAZINE RFP
- Notice Date
- 5/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Energy Support Center - Missile Fuels, Building 1621-K 2261 Hughes Avenue, Suite 128, Lackland AFB, TX, 78236-9828
- ZIP Code
- 78236-9828
- Solicitation Number
- SP0600-03-R-0308
- Response Due
- 4/23/2003
- Point of Contact
- Sharon Murphy, Director Missile Fuels, Phone 210 925-4455, Fax 210 925-8079, - Ellen Shannon, Contract Specialist, Phone 210 925-2124, Fax 210 925-9758,
- E-Mail Address
-
smurphy@desc.dla.mil, ellen.shannon@desc.dla.mil
- Description
- THIS NOTICE IS TO PROVIDE INFORMATION REGARDING DESC'S DRAFT REQUEST FOR PROPOSAL FOR HYDRAZINE PRODUCTS, AND RELATED SERVICES, UNDER REFERENCE NUMBER SP0600-03-R-0308. DUE TO THE COMPLEXITY OF THIS ACQUISITION, AND THE SIZE OF ATTACHMENTS, MORE THAN ONE UPLOAD OF DOCUMENTS IS REQUIRED. HOWEVER OFFERORS MAY ACCESS ALL DOCUMENTS at www.fbo.gov, using SP0600-03-R-0308 as a reference number. OFFEROR RESPONSES TO THIS DRAFT RFP ARE DUE NO LATER THAN 12:00 NOON LOCAL TIME ON MAY 23, 2003.THE FOLLOWING IS THE IMPORTANT NOTICES TO OFFERORS IN ITS ENTIRETY, AS EXCERPTED FROM THE RFP, TO PROVIDE A BRIEF SUMMARY OF THE RFP CONTENTS.FOR ADDITIONAL INFORMATION OR ASSISTANCE IN OBTAINING COPIES OF THE DOCUMENTS RELATED TO THIS RFP, PLEASE CONTACT the Contract Specialist, Ellen Shannon at ellen.shannon@dla.mil,(210)925-2124 or the Contracting Officer, Sharon L. Murphy, at sharon.murphy@dla.mil, (210)925-4456. IMPORTANT NOTICES TO OFFERORS 1. As allowed by FAR 15.201(c)(6), this is a DRAFT Request for Proposal (RFP) of which information and input relative to the overall hydrazine acquisition strategy, as well as individual elements of the RFP, are strongly encouraged from industry. Although it is not guaranteed that all input will form the basis of a revision of the draft RFP into the final version, industry input, to the greatest degree it can be, will be considered. Comments from industry relative to the overall acquisition strategy and/or specific provisions contained herein, are due, in writing, to the Defense Energy Support Center (DESC) Contracting Officer NLT COB May 23, 2003. 2. This solicitation is for the purchase of Hydrazine product, all grades, and/or hydrazine related services, in accordance with The Schedule (and Exhibits A through Q). An Exhibit consists of one specific CLIN for all years against which an offer may be submitted. DESC is soliciting offers for products and services in support of the entire Government?s hydrazine requirements The RFP is structured in order to allow offerors to propose on one performance scenario and/or multiple scenarios, as follows: a. A ?turnkey operation,? that is, production of all grades and all quantities of hydrazine, blending of certain grades to make a finished product, batch and/or bulk storage, and on-site distribution services, that is, FOB Origin. In this performance scenario, that is, Offeror Proposal Package 2, the Government will provide all transportation services involved with delivering product to the end-use customer from the contractor?s production facility. [Proposal Package 2]. In addition, offerors may also choose to provide transportation of product to the end- use customer, in lieu of Government-provided transportation, that is, FOB Destination [Proposal Package 1]. b. In addition to or in lieu of the performance scenario described in 1.a. above, offerors may choose to propose on production of product only. This performance scenario is contained in Proposal Package 3. In this performance scenario the Government will perform all other services such as blending, bulk storage, distribution and transportation. However, the contractor is required to have batch storage capability at the production facility for quality and quantity inspection and acceptance. Under this performance scenario, blending, bulk storage, and distribution services will be performed at NASA/Kennedy Space Center (NASA/KSC) and/or Vandenberg AFB (VAFB). Transportation services to one and/or both locations would be provided by DESC. Under Proposal Package 4, the same performance scenario would apply except (1) the contractor would provide the transportation services to move bulk product from the production facility to either NASA/KSC and/or VAFB; and (2) batch storage would not be required at the production facility. Inspection and acceptance shall be in accordance with B1.09-2.100 para 7-9. c. Based on the preceding discussion, offerors may propose on any one performance scenario, or all scenarios or any combination thereof. If offerors propose on more than one performance scenario, a separate Offeror Proposal Ppackage must be submitted for each of the performance scenarios. In addition, alternate proposals may be submitted. Only one contract will result from this solicitation. See Clause M2.11.100 EVALUATION ? COMMERCIAL ITEMS (HYDRAZINE) for the basis of award. d. Each Offeror Proposal Package will include the following documents: 1. Standard Form 1449 2. Special Instructions specific to each package 3. The Schedule and applicable Exhibits 4. All required documentation in accordance with the Instruction to Offerors - Technical Proposal Submittal. a. Relative to development of offers for both FOB Destination performance scenarios, estimated quantities to be delivered to end-use customer(s) [Proposal Package 1] or NASA/KSC and/or VAFB [Proposal Package 4] are provided as Attachment ____ to the solicitation. 3. Options shall be considered in the evaluation for contract award. 4. By authority granted in the fiscal year 2003 DoD Authorization Bill, DESC intends to award a contract with a term of ten years and two five-year options. The contract shall be a fixed price with Economic Price Adjustment (EPA) . The Government intends to apply the EPA IAW Clause B19.40.100 to product CLINs 0005 through 0009, as well as to the service CLINS 0004, and 0010 through 0020. In order to apply an EPA in accordance with regulatory guidance, offerors are required to provide the percentage of labor costs for CLIN 0004, as well as 0010 through 0020. The sole purpose of this information will be to apply the EPA to labor costs in accordance with Clause B19.40.100. Only the percentage that is labor will be escalated/deescalated. 5. In accordance with the addendum to Clause L2.05 Instruction to Offerors, all pricing information shall be submitted in ?hard-copy?, as well as on a CD-Rom, clearly identified as ?The Schedule-Price Information?. In addition, Offeror?s shall clearly identify any NO BID CLINS by annotating each CLIN as NO BID. Failure to clearly identify NO BID CLINS in a standalone Offeror Proposal Package may result in an offeror?s proposal not being considered for evaluation and award. Each applicable Schedule provides a separate page for offeror unit prices for each of the basic performance period years, the two 5-year option periods, as well as a summary page to annotate the total for each CLIN (basic period, and option periods). The Government has provided the numerous Schedules to assist offerors in preparing proposals for the total twenty year period that will be evaluated for award. In addition, they will facilitate offerors? prices being downloaded into the Government?s bid evaluation model directly from each offeror?s proposal. The following identifies the cross-reference information for CLIN(s) to applicable Exhibit. Exhibit A: Provided specifically for CLIN 0001 through 0002, Manufacturing Qualification Exhibit B: Provided specifically for CLIN 0003, Monthly Facility Fee-Pre-Production Costs Exhibit C: Provided specifically for CLIN 0004, Monthly Maintenance Fee Exhibit D: Provided specifically for CLINs 0005 through 0009, Product Exhibit E: Provided specifically for CLIN 0010, Reclamation of returned product (MMH) Service Exhibit F: Provided specifically for CLIN 0011, A-50 Separation Service Exhibit G: Provided specifically for CLIN 0012, Lab Analysis Exhibit H: Provided specifically for CLIN 0013, H70 Blending Service Exhibit J: Provided specifically for CLIN 0014, A-50 Blending Service Exhibit K: Provided specifically for CLIN 0015, Product Storage Exhibit L: Provided specifically for CLIN 0016, Product Distribution Services Exhibit M: Provided specifically for CLIN 0017, Container Maintenance Services Exhibit N: Provided specifically for CLIN 0018, Controlled Storage Point Exhibit P: Provided specifically for CLIN 0019, Palletizing Exhibit Q: Provided specifically for CLIN 0020, Product Transportation Cost 6. Central Contractor Registration (CCR) is required and is available at www.ccr.gov. 7. Your questions regarding small business affairs should be addressed to Mrs. Kathy Williams of the DESC Small Business Office at 1-800-526-2601 or 703-767-9400.
- Place of Performance
- Address: CONUS
- Record
- SN00321968-W 20030514/030512213122 (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 |