SOLICITATION NOTICE
68 -- Caustic Soda Solution
- Notice Date
- 5/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- 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
- W91ZLK11T0123
- Response Due
- 5/14/2011
- Archive Date
- 7/13/2011
- Point of Contact
- Adriana Viveros-Underdue, 4102782399
- E-Mail Address
-
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(adriana.d.underdue.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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 requested and a written solicitation will not be issued. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is W91ZLK-11-T-0123. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 325998 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. Army Contracting Command Aberdeen proving Ground requests responses from qualified sources capable of providing the following: CLIN 0001: Forty four thousand six hundred and forty (44,640) Gallons. Contractor shall deliver 25% Caustic Soda Solution in bulk to the Van Bibber Water Treatment Plant on an "AS NEEDED" basis. Product must be approved by the State of Maryland for water treatment. Supplier will deliver between 2,000 and 2,500 gallons of product APPROXIMATELY once a month upon request by the Contracting Officer's Representative (COR). Delivery will be required within 48 hours; additional time may be granted by the COR. PERIOD OF PERFORMANCE: One year from date of award. NOTE: The per pound unit price is Firm Fixed Price. The quantities listed in the pricing schedule are estimated and shall be ordered on an as needed basis. The contractor shall be paid based on actual quantities delivered. The contract shall not exceed the total value of the order without a modification signed by the Contracting Officer. No one other than the Contracting Officer has the authority to change the line item quantities or increase the total value of the order. The contractor shall keep account of all quantities delivered and shall immediately notify the Contracting Officer if the COR/User has requested delivery of quantities in excess of the quantities specified on the order. Failure to follow these procedures shall result in non-payment of excess quantities delivered. Delivery Location is the Van Bibber water treatment plant located at (Bldg E6110) 1122 Edgewood Road, Edgewood, MD. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 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 52.219-28, Post Award Small Business 52.222-3, Convict Labor 52.222.19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Foreign Purchases 52.233-3, Protest After Award 52.232-33, Payment by Electronic Funds Transfer - CCR 52.215-5, Facsimile Proposals 52.233-4, Applicable Law for Breach of Contract Claim 52.247-29, FOB Origin 52.223-3, Hazardous Material Identification and Material Safety Data Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, Central Contractor Registration Alternate A 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items Including: 252.225-7001, Buy American Act and Balance of Payment Program 252.232-7003, Electronic Submission of Payment Request 252-247-7023, Transportation of Supplies by Sea and its ALT III 252.223-7001, Hazard Warning Labels 252.232-7010, Levies on Contract Payments This announcement will close at 11:30 a.m. on Monday, May 14, 2011. Contact Adriana Underdue, Contract Specialist, who can be reached at 410 278-2399 (commercial) or email adriana.d.underdue.mil@mail.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate offers: Lowest Price Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. *PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ee1dfa334940d2b0f9735928b94b91da)
- 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
- SN02443331-W 20110511/110509234647-ee1dfa334940d2b0f9735928b94b91da (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 |