SOLICITATION NOTICE
68 -- CYANOGEN CHLORIDE
- Notice Date
- 8/24/2011
- Notice Type
- Presolicitation
- NAICS
- 325188
— All Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-11-T-0336
- Response Due
- 8/31/2011
- Archive Date
- 10/30/2011
- Point of Contact
- Maurice Brown, 410-278-8933
- E-Mail Address
-
ACC-APG SCRT - Aberdeen Installation
(maurice.d.brown4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number W91ZLK-11-T- 0336 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 325188 with a small business size standard of 1,000.00 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. This solicitation will close on 2011-08-31, 2:00 PM Eastern Time. The U.S. Army Aberdeen Installation Contracting Division requires the following items, Exact Match Only, to the following: CLIN 001, MILITARY GRADE CYANOGEN CHLORIDE (CK) Cyanogens chloride, toxic gas, has a shelf life, must be manufactured within the US, due to concerns about it stability in transporting. Manufacturer must supply material safety data sheet (MSDS). 50LBS of Cyanogens chloride must have a purity of 93% or better, and will be stabilized at 5% Terasodium pyrophosphate. CLIN 0002 Packaging 1 lot. Cyanogens Chloride must be packaged according to safety guidelines provided by manufacturer. The supplier will provide the following documentation for the cyanogens chloride: Date of Manufacture (DOM), Material Safety Data Sheet (MSDS) Gas chromatography (GC) chemical analysis results. CLIN 0003 Shipment shipping by US owned business, cyanogens chloride shall be shipped in a wooden crate with insulation to prevent damage to the cylinders, return shipping shall be in the same crating and boxes as provided by supplier; with supplier providing the necessary paperwork for return shipment. Supplier will provide a test and data reference base for the return cyanogens chloride. The supplier will provide at shipment a complete ck certificate of analysis, manufactured date and MSDS. The supplier will contact the POC: Jeffrey Hoene, at 410-436-3234,email: Jeffery.s.hoene.civ@mail.mil from the CB Filtration Team to arrange for a delivery date. the ck will be delivered directly to Bldg. E5183, Blackhawk Rd, Aberdeen proving ground, MD 21010-5424 (Edgewood area). CLIN 0004 Cylinder Analysis 1 each. Supplier will provide a certificate of analysis with a minimum purity of 93% and will be stabilized at 5% Tetrasodium pyrophosphate. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.227-7015 Technical Data Commercial Items 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.211-7003 Item Identification and Valuation The full text of FAR and DFAR references may be accessed electronically at this address: http://www.acqnet.gov/far. Quotations must be received by the date and time specified and must be submitted via email. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database 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 Sara Nowell via email at sara.j.nowell.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED. Contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order. Vendor must be registered in ORCA Additional Info: Contracting Office Address: 4118 Susquehanna Blvd, Aberdeen Proving Ground, MD 21005 Place of Performance: Bldg. E5183, Blackhawk Rd, Aberdeen proving ground, MD 21010-5424 (Edgewood area). Point of Contact(s): Contract Specialist: Sara Nowell via email at sara.j.nowell.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7c811f457174ef468ff68062be8691cf)
- Place of Performance
- Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02547216-W 20110826/110824235628-7c811f457174ef468ff68062be8691cf (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 |