Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2006 FBO #1544
SOLICITATION NOTICE

68 -- Provide, Transport, and Unload Magnesium Hydroxide Slurry to the Wastewater Treatment Plant (Building U-2004) at Fort Bragg, NC.

Notice Date
2/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-06-R-0026
 
Response Due
2/22/2006
 
Archive Date
4/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Fort Bragg Directorate of Contracting (DOC) is soliciting proposals to provide approximately 364 tons per year of Magnesium Hydroxide Slurry to the Waste Water Treatment Plant (WWTP), Building U-2004, Fort Bragg, NC. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a wri tten solicitation will not be issued. This solicitation is a request for proposal (RFP) and the solicitation number is W91247-06-R-0026. The incorporated provisions and clauses may be downloaded at http://www.arnet.gov/far. The requirement is a 100% Sma ll Business Set-Aside. The NAICS code is 325998, with 500 employees size standard. As authorized under FAR Subpart 13.5, simplified procedures will be used to evaluate offers and award a contract. The resulting contract will be a one-year requirements c ontract with firm, fixed prices for the estimated CLIN quantities. The one-year contract period will commence upon contract award. The CLIN quantities, units, and descriptions are as follows: Line Item 0001: Estimated Quantity 364 net ton [2,000 LB]. P rovide approximately 364 tons of Magnesium Hydroxide Slurry during the contract period (approximately 26 loads, 14 tons per load). Proposed product must be compatible with the current chemical with no adverse reaction when mixed and must meet the applicat ion requirement for the existing equipment. Known products that meet this requirement are: Martin Marietta  FlowMag H, Premier  Aquamag NW63M, and Premier  Thioguard. The Magnesium Hydroxide Slurry shall consist of a minimum of 91.5 % MgO and minimum of 58% solids mixable with water. The slurry must be able to remain in suspension for up to three weeks in the WWTP storage tank, the WWTP storage tank does not have agitation capabilities. The product must meet adequate pH requirements of a minimum of 6.0 and a maximum of 9.0 on the effluent discharge and a minimum of 7.0 in the oxidation ditches. The contractor shall submit a proposed price per ton. Line Item 0002: Estimated Quantity 26 Loads. Transport and deliver Magnesium Hydroxide Slurry. The contractor shall transport, deliver, and offload slurry product into the storage tank located at the Waste Water Treatment Plant, Building U-2004, Fort Bragg, NC. The contractor shall submit a proposed price per load to transport, deliver, and off load th e required chemicals. Note. The Government will consider negotiating changes to the transportation and delivery price during the contract period if such contractor requested increases are directly related to or the result of natural disasters. The contr actor must justify and provide documents to support requested changes. The contractor requested adjustment to the CLIN price must be submitted in writing, and any changes must be approved and executed by the contracting officer via a contract modification . Ordering. The Government will use the Government Purchase Card to place orders and to pay for requirements. The orders will be placed telephonically. Products ordered shall be delivered within 3-5 business days after the contractor receives the teleph onic order. Safety. The contractor shall comply with all OSHA Safety requirements, Engineer Manual 385-1-1, local and state safety requirements. The contractor shall follow all Fort Bragg, rules and regulations. Hours of Operation. Contractor provided supplies and services shall be accomplished between the hours of 7:00 a.m. and 3:30 p.m., Monday through Friday, excluding Federal Holidays. Contractors are advised that contractor vehicles and contractor employees are subject to being searched when ente ring Fort Bragg Access Control Points. The following FAR/DFARS provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Comme rcial Items. Offers shall be submitted on the SF 1449. Offeror prices shall be submitted on the Schedule of Supplies and Services. Offerors may download the SF 1449 and the Schedule of Supplies and Services at the DOC website provided at the end of this synopsis/solicitation. FAR 52.212-2, Evaluation, Commercial Items. The evaluation factors are price and technical capability. Technical capability will be determined by the Government during the technical review. The Government intends to award a cont ract to the responsible offeror who offers the lowest reasonable price that is technically acceptable. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications, Commercia l Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with proposals. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. In addition to the clauses in paragraph (a), the following clauses in paragraph (b) of the clause apply: 52.203-6; 52.219-6; 52.219-8; 52.219-14; 52.222-19; 52.222-21; 52.22 2-26; 52.222-35, 52.222-36; 52.222-37; and 52.232-36. DFARS 252. 212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.225-7001; 252.247-7023, and 252.247-7024. In addition to the above clauses, FAR 52.204-7 and DFARS 252.204-7004 Alternate A apply to this acquisition. Numbered Note 1 applies to this acquisition. Proposals may be submi tted via official mail or via fax, and shall include the following documents: (1) SF 1449 signed by an individual authorized to bind the company; (2) The Schedule of Supplies and Services indicating the proposed price of each line item; (3) The offeror must submit completed representations and certifications; (4) The offeror must submit a Material Safety Data Sheet (MSDS) for the product proposed; and (5) A statement to acknowledge any amendments to the solicitation. Amendments, if any, will be publis hed in the Army Single Face to Industry (ASFI) web page and posted to the DOC web site. Offerors shall submit proposals to the attention of Mr. Glen Tingler, Headquarters, XVIII Airborne Corps and Fort Bragg, Directorate of Contracting, Building 3-1632, F ort Bragg, North Carolina, 28310-5000, or via fax. The fax number is (910) 396-2674. Proposals must be received by 3:00 p.m. ET, 22 February 2006. The POC for this requirement is Mr. Glen Tingler, Contract Specialist, (910) 396-7261; e-mail glen.tingler @us.army.mil; or fax (910) 396-2674. The SF 1449, the schedule of supplies and services, and representations and certifications may be down loaded from the DOC web site as follows: http://www.bragg.army.mil/www-doc/Contractors/SOLICIT.HTM
 
Place of Performance
Address: Wastewater Treatment Plant (Bldg. U-2004 Fort Bragg) Manchester Road Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN00988829-W 20060217/060215212337 (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.