Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
MODIFICATION

96 -- LIME DELIVERIES

Notice Date
8/19/2004
 
Notice Type
Modification
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700104Q0049
 
Response Due
8/21/2004
 
Archive Date
10/31/2004
 
Point of Contact
SSgt Joseph A. Yacovone (910) 451-3072 Debra A. Matthews
 
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 accepted and a written solicitation will not be issued. This solicitation is issued as a request for proposal under solicitation M6700104Q0049. GENERAL INTENTION: I&E Public Works, Marine Corps Base, Camp Lejuene, North Carolina has a requirement for Hydrated Bulk and Bag Lime to be delivered to various locations at Camp Lejeune, MCAS New River, and other Marine Corps owned sites within a 40 mile radius of the base. Location will be identified on each delivery order. The Contractor shall provide all supplies and services necessary to transport the lime to required delivery sites. The Government anticipates award of a Requirements type contract in accordance with FAR Clause 52.216-21 REQUIREMENTS (OCT 1995). Period ! of Performance is 01 October 2004 through 30 September 2005. A map of the areas listed below may be obtained by contacting SSgt Folanda Spencer (910) 451-3017 or Janice Makinson (910) 451-3094 at Contracting Division, Camp Lejeune, North Carolina. B.1. PRICING SCHEDULE: Each item is to be priced with a per ton rate and total amount. Quantities are estimated amounts. AREA I MCB Camp Lejeune, Bldg HP20, Item 0001 ? Bulk Lime, 568 Tons. AREA II MCAS New River, Bldg AS110, Item 0001 - Bulk Lime, 296 Tons. AREA III MCB Camp Lejeune, Bldg HB670, Item 0001 ? Bulk Lime, 414 Tons. AREA IV MCB Camp Lejeune, Bldg BB190, Item 0002 ? Bag Lime, 14 Tons. STATEMENT OF WORK: C.1 SPECIFIC REQUIREMENTS: The contractor shall provide Lime that is hydrated, chemical, white and fluffy. Total minimum CaOH shall be 94%, the total CaO minimum shall be 70%, density shall be 6mg, Lime shall be 29 pounds per cubic foot, MgO lass than 1%, not more than 1% insolubles, and used for potable water treatment.! The contractor shall be responsible for ensuring that the product delivered to Camp Lejeune meets or exceeds the above by obtaining a chemical analysis of the lime once per quarter. Contractor?s Standard Commercial Warranty shall apply to the supplies, equipment, or services furnished. Contractor shall submit a material Safety Data Sheet with the offer. C.5 DELIVERY TICKETS. Delivery tickets shall include spaces for the following information: contractor's name, contract number, delivery order number, delivery request number, exact quantity and description of item delivered, delivery location, space for receipt/acceptance signature, delivery date and time. Signed delivery tickets shall be furnished by the contractor to the receiving activity for each truckload of stone delivered. F.1 DELIVERIES - REQUIRED DELIVERY SCHEDULE. The Government desires delivery to be made within five working days for routine deliveries, per oral directions. Deliveries shall be F.O.B. Destination. ! The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period above. Offers that propose delivery that will not fall within the applicable required delivery period specified above, will be considered non responsive and rejected. The government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule will apply. F.2 52.211-16 VARIATION IN QUANTITY (APR 1984): (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then the possible variation shall be limited to 10 percent increase or 10 percent decrease. The increase or d! ecrease shall apply to all items. F.3 DELIVERY INSTRUCTIONS - F.O.B. DESTINATION. Supplies shall be delivered to the addresses shown in B.1, Areas I through IV. All transportation charges paid in accordance with the clause entitled ?F.O.B. Destination? which is incorporated by reference. Offers submitted on a basis other than F.O.B. Destination will be rejected as non responsive. F.4 ORAL DIRECTIONS FOR BASE MAINTENANCE DELIVERIES. Contractor shall state department, telephone number, city and state for placing oral orders. Oral/telephone orders will be placed against the contract to the Contractor during the month as stone is required. A delivery order will be issued at the end of each month for deliveries that have been made during that month. Contractor will be paid monthly. CONTRACTURAL INFORMATION. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is reserved as a 100% set-asi! de for small businesses. The NAICS code is 212312 and small business size standard is 500. Offerors must be registered in the CCR (Central Contractor Registration) database. Lack of registration in the CCR database will make an offeror ineligible for award. Information may be obtained by calling (888) 227-2423 or via the internet at http:/www.ccr.gov. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is <http://rmb.odgen.disa.mil/>. WAWF training can be accessed at <http://www.wawftraining.com>. The following clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors, Addenda to FAR 52.212-1 ! Period for Acceptance of Offers. The Government requires a minimum acceptance period of 120 calendar days. FAR 52.212-2 Evaluation-Commercial Items (a) technical capability of the offeror to meet the requirements, (b) past performance, (c) price. Technical capability will be evaluated on delivery schedule and evidence of financial stability. Offeror shall submit delivery schedule as stated in F.1. As evidence of financial stability, offeror shall submit a Balance Sheet and Statement of Earnings for end of last fiscal year. If year-end statements are more than six months old, provide the most recent interim financial statements. A bank letter of commitment should be provided if outside financing will be required. 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. The offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifica! tions with their proposal. DFARS 252.204-7004 Required Central Contractor Registration (NOV 2001). DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2003). FAR 52.247-34 F.O.B Destination (NOV 1991). Proposals are due by 4:00 PM on 14 July 2003 to the Contracting Division, P.O. Box 8368, MCB, Camp Lejeune, NC 28547-8368. If submitted via Fed-Ex, the address is Contracting Division, Building 1116, Birch Street, MCB, Camp Lejeune 28547-8368. Questions should be in writing and addressed to SSgt Joseph A. Yacovone, Contracting Division, (910) 451-3072, fax (910) 451-1647 or e-mailed to <yacovoneja@lejeune.usmc.mil>. Deadline for questions is 21 August 2004.
 
Record
SN00647764-W 20040821/040819212851 (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 |
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.