SOLICITATION NOTICE
66 -- Service to provide freshly regenerated tanks containing activated carbon and ion exchange resin (deionized water) for a period of 12 months in accordance with the statement of work.
- Notice Date
- 6/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883613T0196
- Response Due
- 7/1/2013
- Archive Date
- 7/16/2013
- Point of Contact
- Michael Jolley 904-790-4495
- E-Mail Address
-
michael.e.jolley@navy.mil
(michael.e.jolley@navy.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-13-T-0196 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 562219 and the business size standard is $35.5 mil. Fleet Contracting Center plans to procure the following: The contractor is to provide freshly regenerated portable tanks Performance Based Statement Of Work For Deionized Water Services 1.Introduction This statement of work defines the deionized (DI) water services required by the Fleet Readiness Center Southeast (FRCSE), Jacksonville, Fl. 2. Scope The scope of this effort involves providing service deionization (SDI) services to all sixteen (16) FRCSE industrial shops which use DI water for their processes. SDI services include the delivery and pickup of a sufficient number of portable activated carbon and ion exchange resin tanks to each of these industrial shops to ensure a reliable and continuous supply of high-purity water. 3. Requirements The contractor will provide freshly regenerated portable tanks containing activated carbon and ion exchange resin in the sizes and quantities and to the specific shops specified in Table 1. The contractor ™s SDI services will ensure a reliable and continuous supply of ASTM Type IV deionized water in accordance with ASTM D1193-06, Standard Specification for Reagent Water. Government points of contact at each shop will be authorized to place verbal orders against this contract up to the limits established for their particular shop. Shipments/ deliveries shall occur within 48 hours of a request from a Government point of contact. The contractor shall conduct an annual assessment of FRCSE SDI services to determine whether services can be made more efficient or streamlined by, e.g., using fewer, larger tanks. The results of this assessment shall be delivered to the Overall Government Points of Contact. Each of the locations where tanks are used, the conductivity meter that is installed on the tank shall be checked for accuracy traceable to a NIST standard, approximately 20 to 100 microsiemens/cm. The meter shall be calibrated or replaced as required. All contractor employees must be capable of obtaining legal access to FRCSE facilities. 4. Deliverables: The Contractor shall complete the annual FRCSE SDI services assessment and deliver the report within sixty (60) days after contract award. P/NDESC:QTY PER VISITQTY PER YEARPoint of ContactSHOP DICAR0054FSQTANK CARBON.541 EA / 30 DAYS12Daniel Steele Aircraft Paint Shop DICAR0054FSQTANK CARBON.541 EA / 60 DAYS6Mike DollBattery Shop DICAR0054FSQTANK CARBON.541 EA / 180 DAYS6Mike Green, Terry CoxMaterials Lab, Tool and Die Shop DICAR0054FSQTANK CARBON.541 EA / 180 DAYS4Jerry Watson Composite Shop Industrial Use, Waterjet MachineTANK CARBON.541 EA / 180 DAYS4Jaime ChildersSheetmetal Manufacture Shop RO Machine BackupTANK CARBON.546 EA / 180 DAYS12Earl BirdsallBldg. 794 Basement DICAR0054FSQTANK CARBON.541 EA / 30 DAYS12Gail NelsonBearing Shop DIMB10120FSPTANK MIX BED TYPE 1 1.2 1 EA / 30 DAYS12Daniel SteeleAircraft Paint Shop DIMB10120FSPTANK MIX BED TYPE 1 1.2 1 EA / 90 DAYS4Mike DollBattery Shop DIMB10120FSPTANK MIX BED TYPE 1 1.2 1 EA / 180 DAYS3Terry CoxTool and Die Shop Industrial Use, Electro Discharge MachineTANK MIX BED TYPE 1 1.2, 1 EA / 180 DAYS3Terry CoxTool and Die Shop DIMB10120FSPTANK MIX BED TYPE 1 1.2 2 EA / 180 DAYS20Jerry WatsonComposite Shop DIMB10360FSPTANK MIX BED TYPE 1 3.61 EA / 60 DAYS12Mike GreenMaterials Lab DIMB10360FSPTANK MIX BED TYPE 1 3.61 EA / 30 DAYS32Gail Nelson, Gail Nelson, Y. PearsonBearing Shop, Oxygen Shop, Plating Shop WXAN10360FSRFRTANK WX ANION 3.610 EA / 365 DAYS25Carl FingerEngine Shop WXAN10360FSRFRTANK WX ANION 3.68 EA / 180 DAYS25Yvette PearsonSurface Treatment Shop RO Machine BackupTANK MIX BED TYPE 1 3.68 EA / 180 DAYS25Earl BirdsallBldg. 794 Basement WXCAT0360FSRFRTANK WX CATION 3.610 EA / 365 DAYS25Carl FingerEngine Shop WXCAT0360FSRFRTANK WX CATION 3.68 EA / 180 DAYS25Yvette PearsonSurface Treatment Shop RO Machine BackupTANK MIX BED TYPE 1 3.68 EA / 180 DAYS25Earl BirdsallBldg. 794 Basement MONTHLY RENTALSITE 890681061 EA / 30 DAYS12Yvette PearsonSurface Treatment Shop MONTHLY RENTALSITE 890681011 EA / 30 DAYS12Carl FingerEngine Shop FCPXF2001CART 20"1 EA / 60 DAYS6Yvette PearsonPlating Shop FCPXF1001CART '101 EA / 60 DAYS6Gail NelsonBearing Shop FCPXF1001CART '101 EA / 60 DAYS6Gail NelsonOxygen Shop SURCHARGES/GASEACH DELIVERYWEEKLY48ALL SHOPS 5. Overall Government Points of Contact. Fleet Readiness Center Southeast point of contact for this contract will be Mr. Steven Davenport, Contracting Officers Representative, 904-790-4317. 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractors commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M, July 1, 2013. Quotations must be in writing and may be faxed or emailed to the following. Attn Michael E. Jolley, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-790-4247, Telephone 904-790-4495. Michael.e.jolley@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ac0a67c58b8fe20e93f2fabfc777fb4)
- Place of Performance
- Address: Naval Air Station
- Zip Code: Blsg 101, FRC-SE, Jacksonville, Florida
- Zip Code: Blsg 101, FRC-SE, Jacksonville, Florida
- Record
- SN03095322-W 20130622/130620235400-2ac0a67c58b8fe20e93f2fabfc777fb4 (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 |