Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

53 -- 53 - - Hardware & Abrasives

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0145
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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, no written solicitation will be issued. Solicitation number N68836-07-T-0145 applies. This announcement constitutes the request for the required services under RFQ N68836-07-T-0145. The North American Industry Classification System (NAICS) Code is 327910 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Numbered Note 1, applies. Note: . CLIN 0001 68 Drums ? Lease and Recycling of Plastic Media, Type 2, (Per Statement of Work), at Dyncorp, Bldg 1401, NAS, JRB, Fort Worth, TX. The Media will be delivered in weather resistant containers; with 250 pounds per drum. The cost of the Freight is to be included in the cost per pound. MSDS required. Period of Performance: 10/31/2007. FAR 5.207(e)(3). Unrestricted. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-1 Buy American Act-Supplies (JUN 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004),. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications?Commercial Items (Mar 2005) 52.212-3 Alt 1 Offeror Representations and Certifications?Commercial Items (Apr 2002 (Mar 2005) Alternate 1 52.215-5 Facsimile Proposals (OCT 1997) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.222-21 ? Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 ? Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 ? Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-18 ? Availability of Funds (APR 1984), 52.232-33 - Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332)), DFAR 252.204-7004 ? Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 ? Item Identification and Valuation (JAN 2004), 252-225-7001 BA Certification, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. Announcement closes 3:00 P.M., 04 SEP 2007. CST. Questions must be in writing and address. Attn: Jesus H. Garcia, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419. Fax 361-961-2394, Telephone 361-9613877, EMAIL: jesse.h.garcia@navy.mil. Plastic Blast Media Lease & Recycling at FRC West Fort Worth Scope of Work: The Contractor shall provide all equipment, material, and labor for the implementation of a close-looped system to recycle Type 2 plastic blast media. The statement of Work covers the minimum requirement for a special blend plastic media and glass to be lease by FRC West Fort Worth, TX. The product shall be use in coatings removal from aerospace and non aerospace and non-aerospace equipment, and to recycle dust product generated by usage. The Contractor?s application shall consist of recycling the dust by utilizing said dust product as an ingredient in an industrial process to make a new product, without any pretreatment of reclamation in accordance with 40 CFR 261 (e)(l)(2), no categorizing the dust product as a solid waste. The plastic media must be listed in military technical references and be specifically designed for use on aerospace and non-aerospace equipment. The Contractor shall remove all dust products to be recycled and to provide containers and label for material. The Contractor is also responsible for all shipping costs to and from FRC West Fort Worth. The Contractor shall perform service in this statement of work to adhere to all local, state, and federal regulations and will be the exclusive supplier of plastic blast media during the duration of the contract. The Contractor prior to performance of work must provide any licenses/permits/certification required by such regulations. Contractor shall recycle existing spent (used) media upon contract implementation according to schedule of prices. The point of Contact is: Rodney Pittman, 817-782-7865. PART 1 ? GENERAL 1.1 SUBMITTAL(S): 1.1.1 Contractor Furnished Materials: The Contractor shall provide plastic blast media weather resistant containers for delivery of new material and associated shipping labels. 1.1.2 Applicable Documents a. 40 CFR (Code of Federal Regulation), Protection of the Environment b. Licenses/permits/certifications, as required PART II ? PRODUCT 2.1 MATERIALS: 2.1.1. The Contractor shall provide a special blend of plastic blast media and glass; grit sizes 10/20. It shall be material from plastic stock of uniform hardness and correct density. Containers shall be Department of Transportation (DOT) approved containers. Shipping labels shall identify the type of media, mesh size, manufacturer?s batch numbers, and net weight of plastic media. 2.1.2 Contractor Furnished Material: 2.1.2.1 Initial Quantity: The Contractor shall deliver 17,000 pounds of 10/20 plastic media to FRC West Fort Worth. All delivered in 250 lbs steel drum for recycling. 2.1.2.2. Reorder Quantity: The Contractor shall deliver all material in the contract by 30 Oct 2007. 2.1.2.3 Excess Materials: At termination/conclusion of contact, the Contractor shall reimburse FRC West Fort Worth for unused materials or recycle final shipment of spent (used) material at no additional cost to the activity. PART III ? EXECUTION 3.1 PRPARATION: 3.1.1 Scheduling and Coordination: Before commencing work, the Contractor shall determine that all requirement pertaining to scheduling of work, the time approved by the Government for commencement of work and the coordination with the Government Representative are being compiled with. The Contractor shall further determine that all required notices have been given. 3.1.2 Scheduling and Sequence of Work: The work shall be prosecuted in such a manner as to cause the least interference with the normal functions of the Government activity. 3.1.3 Interruption of Utilities Services: Not Used. 3.1.4 Material, equipment, tools and workmen shall be scheduled on the site in a timely manner to avoid delay in the work. Items of material shall be inspected to make certain they are in compliance with the specifications and are free of defects and damage. 3.1.5 Measurements: Not Used. 3.1.6 Protection required to prevent damage to adjacent areas, equipment, fixtures and finishes shall be provided. Damage to item while accomplishing work shall be repaired or replaced with new items at no additional cost to the government. 3.1.7 Existing Work: Protect existing work, which is to remain in place be reused or remain the property of the Government. Repair items which are to remain and which are damaged during performance of work to their original condition or replace with new. 3.1.8 Facilities: Not Deal. 3.1.9 Dust and Debris Control: Prevent the spread of dust and debris to occupied portion of the Building to avoid the creation of a nuisance or hazard in the surrounding area. 3.1.10 Waste and debris resulting from the work being performed shall be cleaned and promptly removed from the activity. 3.2 PERFORMANCE 3.2.1 Workmanship: All work shall be executed in a careful neat and proficient manner and in compliance with state, local, and federal regulation. 3.2.2 As used herein., ?replace? means to provide new materials to replace existing or missing material. 3.2.3 Minor Materials and Work: Minor materials and work not specifically mentioned herein but necessary for the proper completion of the specified work shall be furnished without additional cost to the Government. 3.2.4 Unforeseen Major Repairs: Not Used. 3.2.5 Existing Work: Not Used. 3.2.6 The estimated quantity of spent media to be picked up is 20 drums. The contractor will be notified when a pick up is required. 4.0 DRAWINGS, ACCOMPANYING, SPECIFICATIONS; NOT UESD
 
Place of Performance
Address: FRCW, NAS JRB FORT WORTH, 1055 HERCULES RD, FORT WORTH, TX
Zip Code: 76127
Country: UNITED STATES
 
Record
SN01386738-W 20070829/070827221919 (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.