SOLICITATION NOTICE
68 -- NH3, BCL3, EtO, ASH3 CHEMICALS
- Notice Date
- 4/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325188
— All Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Support (ALTK), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669
- ZIP Code
- 87117-5669
- Solicitation Number
- HDTRA-04-T-0054
- Response Due
- 4/30/2004
- Point of Contact
- Laurene Morales, Contract Specialist, Phone 505-846-8579, Fax 505-846-4246, - Laurene Morales, Contract Specialist, Phone 505-846-8579, Fax 505-846-4246,
- E-Mail Address
-
laurene.morales_contractor@ao.dtra.mil, laurene.morales_contractor@ao.dtra.mil
- 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 the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number: HDTRA2-04-T-0054 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) # 2001-22 and DFARS Change Notice (DCN) 20040323. This requirement is unrestricted. Applicable NAICS: 325188. The Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following Items. Line Item 0001 – NH3 (ammonia) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 6300 lbs (provided in separate 700 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. NH3 must have a purity of 99.7% or greater. MSDS must be provided with solicitation response. Qty: 9 sets of 700 lbs, Line Item 0002 – BCL3 (Boron Trichloride) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 2100 lbs (provided in separate 700 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. BCL3 must have a purity of 100% or greater. MSDS must be provided with solicitation response, Qty: 3 sets of 700 lbs, Line Item 0003 - EtO (Ethylene Oxide) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 6000 lbs (provided in separate 2000 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. EtO must have a purity of 99.7% or greater. MSDS must be provided with solicitation response, Qty: 3 sets of 2000 lbs, Line Item 0004 - Empty dual port K bottle return. The contractor shall pick up all empty dual port K bottles and dispose in accordance with all state and federal regulations. OPTION 1 Line Item 0005 - ASH3 (arsine) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 1800 lbs (provided in separate 600 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. EtO must have a purity of 99.7% or greater. MSDS must be provided with solicitation response, Qty: 3 sets of 600 lbs, OPTION 2 Line Item 0006 - Boron Trichloride return, The contractor shall pickup from the Nevada Test Site any unused BCL3 and dispose of in accordance with state and federal laws. The price will be per filled K bottle returned. The returned quantity could be 1 to total provided. Line Item 0007 - Ethylene Oxide return, The contractor shall pickup from the Nevada Test Site any unused EtO and dispose of in accordance with state and federal laws. The price will be per filled K bottle returned. The returned quantity could be 1 to total provided. OPTION 3 Line Item 0008 - NH3 (ammonia) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 2700 lbs (provided in separate 300 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. NH3 must have a purity of 99.7% or greater. MSDS must be provided with solicitation response. Qty: 9 sets of 300 lbs, Line Item 0009 - BCL3 (Boron Trichloride) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 900 lbs (provided in separate 300 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. BCL3 must have a purity of 100% or greater. MSDS must be provided with solicitation response. Qty: 3 sets of 300 lbs, Line Item 0010 - EtO (Ethylene Oxide) in dual port K bottles with a dip tube down to the bottom of the tank (1/16 inch from bottom preferred) for a total of 3000 lbs (provided in separate 1000 lb quantities) delivered to the Nevada Test site. The dip tube distance for the bottom of the tank must be specified in response. EtO must have a purity of 99.7% or greater. MSDS must be provided with solicitation response. Qty: 3 sets of 1000 lbs. Delivery for BASIC (CLIN 1,2,3, OPTION 1 and OPTION 3 requirements is 1 June 2004. Delivery for CLIN 4 and OPTION 2 is 1 July 2004. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered for Bechtel Nevada, Attn: Pat Sawyer, Mail Stop: NTS 401, Warehouse 160, Mercury, NV 89023-0677, 702-295-6305 or 702-295-0311 (24 hrs receiving) with final inspection and acceptance at destination. The following FAR provisions clauses and addenda apply to this acquisition: 52.212.1 – Instructions to Offerors – Commercial Items, 52.212-2 – Evaluation – Commercial Items. The Government will award a purchase order 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 following factors shall be used to evaluate offers: (1) lowest price brand name products. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items. Other applicable clauses: 52.212-4 – Contract Terms and Conditions – Commercial Items, 52.212-5 – Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items and with the following applicable FAR clauses: 52.222-19 Child Labor – Cooperation with Authorities and Remedies, 52.222-21 – Prohibition of Segregated Facilities, 52.222-26 – Equal Opportunity, 52.222-35 – Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of Vietnam Era; 52.225-13 – Restriction on Certain Foreign Purchases; 52.232-33 – Payment by Electronic Funds Transfer – Central Contractor Registration; 52.243-1 – Changes – Fixed Price, 52.246-1 – Contractor Inspection Requirement; 52.246-16 – Responsibility for Supplies; 52.247-34 – FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) Provision 252-212-7000 – Offeror Representations and Certifications – Commercial Items. The Following clauses and addenda apply to this acquisition. DFARS 252.212-7001 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 – Required Central Contractor Registration; 252.225-7001 – Buy American Act and Balance of Payment Program, and 252-247-7023 – Transportation of Supplies by Sea (10 U.S.C. 2631). Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) Include a Delivery Schedule and the Discount/Payment Terms; (3) Include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) Include Taxpayer Identification Number (TIN), Cage Code Number, and Duns Number; (5) In accordance With DFARS 204-73, Vendor must be registered in Central Contractor registration (CCR). For Solicitations Issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR Database. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com. This is a DO-C9E rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later than 2:00pm (MST) COB: 30 Apr 04 to Defense Threat Reduction Agency, BDQC, Attn: Laurene Morales, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669. (Faxed quotes are acceptable, 505-846-4246). E-mail is laurene.morales_contractor@ao.dtra.mil. The anticipated award date is 7 May 04. Responsible sources may submit a quote, which shall be considered by this agency. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DTRA/DTRA02/HDTRA-04-T-0054/listing.html)
- Place of Performance
- Address: Bechtel Nevada Attn: Pat Sawyer Mail Stop NTS 401 Warehouse 160 Mercury, Nevada 89023-0677
- Zip Code: 89023-0677
- Country: USA
- Zip Code: 89023-0677
- Record
- SN00610782-F 20040627/040625234152 (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 |