SOLICITATION NOTICE
68 -- FY 18 Iron (II) Ferrous Sulfate - Bid Schedule
- Notice Date
- 7/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325180
— Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8501-18-Q-1A101
- Archive Date
- 8/31/2018
- Point of Contact
- petite M. Jacque, Phone: 4783279886
- E-Mail Address
-
Petite.jacque.1@us.af.mil
(Petite.jacque.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 325180 (b) EMPLOYEES: 500 This Requirement will be a 100% SB set-Aside. See attached bidding schedule. The Contractor shall deliver IWTP Chemical (P.D. 1.a) 44,000 lb. Iron (II) Sulfate (12%-16% soln.) May be exercised numerous times not to exceed 16 truckloads within 365 days after award. Contractor shall deliver within 5 days of notification. Price(s) shall be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Quotations for this requirement should be emailed to Petite Jacque at Petite.jacque.1@us.af.mil no later than 16 August 2018 12:00 pm EST. The following clauses are applicable to subject solicitation (current through FAC 2005-101 dated 20 Jul 2018 and DPN 20180629): 52.211-16 -- Variation in Quantity. As prescribed in 11.703(a), insert the following clause: Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 0.01% Percent increase 0.01% Percent decrease This increase or decrease shall apply to each delivery. Note: the entire amount provided on this contract cannot exceed 704,000 lbs. The amount billed and paid will be based on the actual pounds received. (End of Clause) FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001 FAR 52.247-34 FOB Destination DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-0001/Oct 2015. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-0001)/(Oct 2015) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (attached in Full Text) DFARS 252.211-7003 Item Identification and Valuation (Appl if unit price exceeds $5K.) DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.237.7006 Wide Area Work Flow Instructions - To be cited on purchase order at time of award. In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. The Total Evaluated Price (TEP) will be the sum of CLIN 0001. The TEP will also be evaluated for balance. IAW FAR 52.212-3, Reps/Certs should be completed on-line at http://www.sam.gov/portal. Submit attached CLIN schedule with your quote. IAW DFARS 252.209-7999, quote must include certification to Paragraphs (b)(1) and (2). 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Oral procedures will be used for this solicitation. Attachments: Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8501-18-Q-1A101/listing.html)
- Place of Performance
- Address: Robins AFB GA, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN05004388-W 20180726/180724230926-72b7c0eacbd1b8d0ce7c8614051abc11 (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 |