MODIFICATION
68 -- THIS AMENDMENT IS TO INCLUDE STATEMENT OF WORK, TO REMOVE THE FULL AND OPEN COMPETITION STATEMENT AND TO EXTEND THE CLOSING DATE OF W91ZLK11T0018 ROAD SALT BY THE TON.
- Notice Date
- 12/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK11T0018
- Response Due
- 12/13/2010
- Archive Date
- 2/11/2011
- Point of Contact
- russell.w.estep, 410-278-5088
- E-Mail Address
-
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(russell.w.estep@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Synopsis: 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 requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-11-T-0018. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-45. This requirement is deemed 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government contemplates award of a Firm-Fixed Price purchase order under FAR 13.5 Test Program under certain Commercial Items. Description of Requirement: 1. 1500 Short Tons- Deicing road salt ASTM D632-70 type 1, grade 1 FFP Contractor shall provide bulk road de-icing salt (Sodium chloride) shall meet all the requirements of the (ASTM), American Society for Testing And Materials designation D632-70, Type 1, Grade 1 and obtained from natural deposits. See attached specs. PERIOD OF PERFORMANCE IS 15 DECEMBER 2010 THRU 14 DECEMBER 2011. FOB: Destination 2. 1500 Short Tons- Deicing road salt ASTM D632-70 type 1, grade 1 FFP Contractor shall provide bulk road de-icing salt (Sodium chloride) shall meet all the requirements of the (ASTM), American Society for Testing And Materials designation D632-70, Type 1, Grade 1 and obtained from natural deposits. See attached specs. PERIOD OF PERFORMANCE IS 15 DECEMBER 2011 THRU 14 DECEMBER 2012. FOB: Destination 3. 1500 Short Tons- Deicing road salt ASTM D632-70 type 1, grade 1 FFP Contractor shall provide bulk road de-icing salt (Sodium chloride) shall meet all the requirements of the (ASTM), American Society for Testing And Materials designation D632-70, Type 1, Grade 1 and obtained from natural deposits. See attached specs. PERIOD OF PERFORMANCE IS 15 DECEMBER 2012 THRU 14 DECEMBER 2013. FOB: Destination NOTES to Offerors: Offers shall submit equipment capabilities and standard warranty, lowest price technically acceptable quotes. Note the lead time or approximate delivery dates for items are also required in the quote. (MSDS) Material Safety Data Sheets are required with each delivery. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005 and or Edgewood 21010. SCOPE OF WORK - BULK ROAD DE-ICING SALT CONTRACT DESCRIPTION/SPECIFICATIONS & PERFORMANCE WORK STATEMENT 1. APPLICABLE SPECIFICATIONS: Bulk road de-icing salt (Sodium chloride) shall meet all the requirements of the ASTM designation D632-70, Type 1, Grade 1 and obtained from natural deposits. 2. SPECIFICATIONS: The contractor shall provide accurate, approved scales for weighing shipments for bulk road de-icing salt. The platform of the truck scales shall be of sufficient length and width to conveniently accommodate any trucks or complete hauling units that may be used to transport the bulk road de-icing salt in such a manner that the complete unit load can be weighed at one draft. No split weighting will be allowed. 3. TESTING: a. Testing shall be the responsibility of the contractor and shall be performed by an approved commercial testing laboratory or, subject to the approval of the Contracting Officer, by the contractor. b. Testing frequency shall be as necessary to assure compliance with these specifications or as set forth hereinafter for specific materials. At the direction of the Contracting Officer's Representative (COR), contractor shall provide copies of random test reports/results. c. The government reserves the right to perform tests upon materials supplied under this contract either upon delivery or after incorporation into work. 4. SUBSTANDARD MATERIALS: a. Delivery of substandard materials does not constitute the acceptance of substandard materials. b. Removal of materials shown to be substandard by tests as per paragraph above shall be the responsibility of the contractor and the costs for removal shall be borne by the contractor. 5. DELIVERY OF MATERIALS: a. Deliveries must be completed within seven (7) calendar days after the supplier received the order, orally or in writing, from the COR for non-critical shortage periods. Critical shortage period deliveries must be made within three (3) calendar days after the supplier receives an order, orally or in writing, from the COR. This is subject to change at the discretion of the COR. b. The contractor shall call the COR or Point of Contact (POC) from the Aberdeen Area or Edgewood Area upon receipt of delivery order to arrange for delivery. Contractor shall deliver materials within the timeframe required in the delivery order. Failure on the contractor's part to contact the COR or POC does not relieve the contractor from fulfilling the order. c. Contractor shall have a person or answering service available to receive notification Monday thru Friday, 8:00 AM to 4:00 PM, except on Federal Holidays. d. The delivery areas are as follows: (1)Aberdeen Area - Salt dome, Bldg 550B3 (near Deer Shack) (2)Edgewood Area - Salt dome, Bldg E2194 e. DELIVERY TICKETS: The contractor shall submit numbered delivery tickets to the COR or POC following each delivery. Each invoice shall state which delivery tickets correspond to the invoice. Failure to note on the invoice which delivery tickets correspond will result in the invoice being returned to the contractor for correction, and delay payment at no fault of the Government. f. All deliveries must be received by an authorized representative at the time and point of delivery. g. Contractor's vehicles shall comply with applicable Maryland State Highway safety regulations. h. VEHICLE REGISTRATION: All motor vehicles operated by the Contractor or his employees that are driven within the boundaries of Aberdeen Proving Ground, Maryland, shall be registered at the Directorate of Law Enforcement and Security, Registration/ID Section, Bldg 4305 Aberdeen Proving Ground, MD. Contractor personnel shall present verification of their employment, a valid vehicle registration card, proof of insurance, and driver's license. i. GATE ENTRANCE: All motor vehicles entering Aberdeen Area of Aberdeen Proving Ground under this award require inspection at the 715 Highway Gate. All motor vehicles entering Edgewood Area of Aberdeen Proving Ground under this award require inspection at the Route 24 Highway Gate. Either gate involves waiting time of up to 1 hour for inspection prior to delivery. j. OSHA STANDARDS: Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. (MSDS) Material Safety Data Sheets are required with each delivery. 6. TIME OF DELIVERY: The Government requires delivery to be made according to the following schedule. a. Delivery will be Monday through Thursday and every other Friday. Contractor will be notified which Friday is scheduled for delivery. b. Hours of delivery are 8:00 AM through 4:00 PM. Any deviation will be pre-arranged in writing between the Government POC and the contractor. 7. DELIVERY ORDERS: a. Supplies will be ordered by Delivery Orders sent to the contractor as designated in the contract. b. Each Delivery Order shall set forth quantity, descriptions, delivery schedule, shipping instructions, if available, packaging, packing and marking instructions, and prices set forth in the contract. c. Each Delivery Order shall contain a reference to the basic contract number, in addition to a separate order number assigned to the Delivery Order by the ordering activity. IDENTIFICATION OF EMPLOYEES a. All contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. b. All contractor correspondence (written, facsimile, and email display) shall include their company name, the contract number and delivery order number. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 11:00 AM EST December 13 2010 via email to russell.w.estep@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. Questions shall be submitted by 1200 PM EST, December 9, 2010 to permit the Government POC to adequately provide answers and post the responses. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) and Offerors Representations and Certifications Commercial Items (ORCA) http://orca.bpn.gov databases prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Russell Estep, Contract Administrator at russell.w.estep@us.army.mil NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8af9d45d355c1850d487e82c584defc7)
- Place of Performance
- Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02339877-W 20101209/101207234046-8af9d45d355c1850d487e82c584defc7 (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 |