SOLICITATION NOTICE
68 -- Airfield Deicing Chemicals - Attachment 1 - Bldg 910 Pictures - Attachment 2 - Female Coupling Size
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- F3D3AA3114A002
- Archive Date
- 9/5/2013
- Point of Contact
- TSgt Joseph W. Hoh, Phone: 011-81-176-77-4894, Yoshikatsu Nakamura, Phone: 81-176-77-3895
- E-Mail Address
-
joseph.hoh@us.af.mil, yoshikatsu.nakamura.jp@us.af.mil
(joseph.hoh@us.af.mil, yoshikatsu.nakamura.jp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Table depicting the size of the female coupling Pictures of location in which chemicals are to be injected at Misawa AB, Japan. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3D3AA3114A002; this solicitation is a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-69, DPN 20130808, and AFAC 2013-0327. This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 424690. The business size standard is 100 employees. The Federal Supply Class (FSC) is 6810. The Standard Industrial Classification (SIC) is 5169. CLIN 0001: 185,000 liters - Delivery & Injection of Deicing Chemicals IAW below characteristics. Full delivery and injection of all chemicals shall be completed by 31 October 2013. The contractor shall provide delivery and injection of deicing/anti-icing chemical, potassium acetate for airfield use, at the storage tanks, Bldg. 910 and Bldg. 1742 Misawa Air Base, Japan. The chemical shall have been certified to SAE AMS 1435B, Fluid, Generic, Deicing/Anti-Icing Runways and Taxiways in accordance with para. A2.2, AFI 32-1002. All transportation, handling, disposal of empty containers, and other associated costs necessary for the chemical delivery to and injection at Misawa Air Base, Japan, shall be included. The chemical specifications required: Substance/Mixture: Mixture Ingredients and composition: Water solution of potassium acetate shall be most effective percentage to indicate the lowest freezing point, or above 45%, whichever is higher, and trace amount of anticorrosive agent. Chemical Formula: CH3COOK Freezing point: -50 degrees celsius or below Variation in QTY: +/-5% Acceptable Products: Part number: Safeway KA HOT OR EQUAL Mfd by Clariant Produkte (Deutschland) GmbH OR EQUAL Part number: CMAG-M1 OR EQUAL Mfd. by Hokkaido NOF Corporation OR EQUAL All offers received shall include MSDS of the item offered, Certificate of SAE AMS 1435, and Chemical delivery plan (Delivery plan is only applicable to offerors with neither headquarters nor branches located in Japan). If "or equal" item is offered, please provide the part number, manufacturer, and salient characteristics for evaluation purposes. Please see attached documents for dimensions of the input to the tanks as well as a picture of the tanks to be filled. Award shall be made in the aggregate, all or none. EVALUATION CRITERIA: FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability (2) Price Technical proposals will be evaluated to determine technical compliance on a pass/fail basis, and the technically unacceptable offer will not be considered for award. Price of the all technically acceptable offers will be evaluated. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to FAR 52.212-2: BASIS FOR CONTRACT AWARD: This is a competitive selection in which prices of competing offerors whose technical proposals meet or exceed the technical acceptability requirements will be evaluated. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms and conditions of this solicitation and all such offers shall be treated equally except for their prices and technical proposals. The evaluation process shall proceed as follows: (a) Technical Acceptability. Initially, the Government shall evaluate the technical proposal on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. The proposals shall be evaluated against the following subfactors: (1) Material Safety Data Sheet (MSDS). The MSDS will be evaluated if the proposed chemical is meeting or exceeding the chemical specifications required at CLIN 0001 item description in the pricing schedule. (2) Certificate of SAE AMS 1435, Fluid, Generic, Deicing/Anti-Icing Runways and Taxiways. The certificate will be evaluated if the proposed chemical is certified IAW AFI 32-1002. (3) Chemical delivery plan, if neither the offeror's headquarters nor branches are located in Japan. The plan will be evaluated if the proposed plan is realistic for and ensures successful completion of chemical delivery and injection to the storage tanks at Misawa Air Base, Japan. Technical proposal not meeting or not providing any of above sub factors will be rated Unacceptable. Technical proposal rated Unacceptable will not be considered for award, and no further evaluation of the offer will be made. (b) Price Evaluation. Next, the Government shall rank all technically Acceptable offers by price. Offers rated technically Unacceptable will not be considered for award. An offeror's proposed price will be determined by multiplying the quantity identified in the pricing schedule by the proposed unit price for the CLIN to confirm the extended amount. Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the technical acceptability requirements at reasonable price. (c) Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions. (End of provision) The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Alt I Restrictions on Subcontractor Sales To The Government. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.215-7007 Notice of Intent to Resolicit. DFARS 252.215-7008 Only One Offer. DFARS 252.225-7021 Trade Agreements. DFARS 252.225-7041 Correspondence in English. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.244-7000 Subonctracts for Commercial Items. AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. The following provisions and/or clauses apply only to offerors from the United States. FAR 52.222-3 Convict Labor. 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 Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. DFARS 252.247-7022 Representation of Extent of Transportation by Sea. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Please send any response to joseph.hoh@us.af.mil NO LATER THAN 21 AUGUST 2013, 4:00 PM, JST (3:00 AM EST). Point of contact is Joseph Hoh, TSgt, Contract Specialist, telephone 011-81-176-77-4895. Alternate POC is Mr. Yoshikatsu Nakamura, Contracting Officer, yoshikatsu.nakamura.jp@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/F3D3AA3114A002/listing.html)
- Place of Performance
- Address: Misawa AB, Japan
- Record
- SN03149658-W 20130816/130815000233-5e6624b0b1b12589cced32786fbb3345 (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 |