|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083Department of the Treasury (DY), Bureau of Engraving and Printing
Office of Procurement, 14th & C Sts., SW, Room 708-A, Washington, DC
20228 68 -- 50% SODIUM HYDROXIDE SOLUTION SOL BEP-98-15(TN) DUE 052798 POC
Jesse L. Robertson, Contract Specialist, (202)874-3145 E-MAIL: click
here to contact the Contract Specialist via e-mail},
jesse.robertson@bep.treas.gov. The Bureau of Engraving and Printing
(BEP) intends to procure, by negotiations, 50% Sodium Hydroxide
Solution, BEP Stock No.'s 2A000580 (bulk) and 2A00580A (drums), for use
as an ingredient in water base alkaline wiping solution for currency
and postage printing presses. 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 . Offers
are being requested, however, a written solicitation will not be
issued. This Request for Proposal (RFP) is identified by No.
BEP-98-15(TN). This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-04. This acquisition is a 100% Small Business Set-aside procurement,
the size standard is 1000 employees. This commodity is waived from the
nonmanufacturing rule in accordance with the SBA. The contract type
will be a fixed price, requirements. The period of performance will be
for a base period of twelve months with four (4) option periods of
twelve months each. Order quantities will be 75% in bulk and 25% in
55-gallon drums. Pricing should be proposed for (a) bulk and (b) drums
respectfully. The estimated quantity for the Base Year, Line Item 001,
is 220,000 Gallons in bulk. The estimated quantity for the Base Year,
Line Item 002, is 20,000 Gallons in drums. The estimated quantity for
Option Period I, Line Item 003, is 233,200 Gallons in bulk. The
estimated quantity for Option Period I, Line Item 004, is 21,200
Gallons in drums. The estimated quantity for Option Period II, Line
Item 005, is 248,000 Gallons in bulk. The estimated quantity for Option
Period II, Line Item 006, is 22,500 Gallons in drums. The estimated
quantity for Option Period III, Line Item 007, is 263,000 Gallons in
bulk. The estimated quantity for Option Period III, Line Item 008, is
23,900 Gallons in drums. The estimated quantity for Option Period IV,
Line Item 009, is 279,000 Gallons in bulk. The estimated quantity for
Option Period IV, Line Item 010, is 25,400 Gallons in drums. BEP
reserves the right to reject any material which has an adverse effect
on its employees or end users. Adverse effects include, but are not
limited to, headache, eye, dermal, nasal or throat irritation and/or
sensitization, nausea, and dizziness. Offerors shall prepare a material
safety data sheet (MSDS) that complies with the Occupational Safety and
Health Administration (OSHA) requirements as listed in 29 CFR 1910,
Part 1200, paragraph (g) and (i). No materials which are defined as
"hazardous chemical" under the HAZCOM standard shall be used without an
approved MSDS. The material shall not contain contaminants in excess of
those concentrations listed in Table I, 40 CFR Part 261.24 for Toxic
Characteristics Leaching Procedure(LCLP). If the material contains as
an ingredient, any of the chemicals that are regulated as air toxics by
the Clean Air Act Amendments of 1990, Section 112, the Offeror shall
prepare a list of the names and concentrations of any such chemicals.
The material shall not contain as an ingredient, any of the toxic
organic chemicals listed in Title 21, DCMR, Chapter 15, section 1501.4.
The material shall not contain Polychlorinated Biphenyls (PCB) in
excess of 2 parts per million. The material shall meet the requirements
of 40 CFR 761. The offeror shall comply with the regulations set forth
in 40 CFR Part 720 Premanufacture Notification, 40 CFR Part 720
establishes premanufacture notification requirements under Section 5 of
the Toxic Substances Control Act (TSCA). The sodium hydroxide solution
delivered to the BEP either in bulk quantity or in drums shall not
contain any detectable levels of mercury greater than 1.0 parts per
billion. The offeror shall certify that each shipment of sodium
hydroxide delivered to the Bureau is manufactured by a method that does
not employ a mercury amalgam electrode system and shall not contain
mercury greater than 1.0 parts per billion. The offeror shall certify
that he is in compliance with the regulation set forth in CFR 720,
Pre-manufacture Notification. The Offeror shall submit a copy of this
certification to the Contracting Officer with the MSDS. The material
shall not contain any of the chemicals listed by California'a "Safe
Drinking Water and Toxic Enforcement Act of 1986" (Proposition 65), nor
shall it contain any ingredient known to cause cancer or known to be a
reproductive toxicant as recongnized by the US Enviromental Protection
Agency, OSHA, or any of the other individual states. Fifty percent
Sodium Hydroxide Solution ordered as stock no. 2A000580 and 2A00580A
shall be delivered as bulk in tank trucks and 55 gallon drums
respectfully. The quantity will be as specified in each order.
Typically, individual orders for bulk Sodium Hydroxide Solution range
from 3,500 to 4,500 gallons. The tank truck shall display all DOT
hazard and identification marking as required. The drums of 50% Sodium
Hydroxide Solution, BEP Stock item number 2A00580A shall be delivered
in clean, tight, 208 liters (55-gallons) polypropylene containers,
with 318 kilograms (701 pounds) net per drum (+1%). Each drum shall be
plainly marked on two opposite sides "50% Sodium Hydroxide Solution,
BEP Stock Number 2A00580A", with net and gross weights, the contents in
gallons, the manufacturer's lot number, and the name of the contractor.
The product identification markings shall be legible and of a color
contrasting to that of their background. Each drum shall be labeled in
accordance with applicable Department of Transportation Rules and
Regulations, applicable HMIS labeling and with the information required
by the Occupational Safety and Health Administration Hazard
Communications Standard. The item name and BEP Stock number shall be
not less than 25 millimeters (one inch) high. Each pallet shall bear
Barcode Labels in accordance with "Specification for Vendor Affixed
Barcode Labels for the BEP, L:VAB-1A", which is available upon request.
The cost of pallets shall be included in the price of the Sodium
Hydroxide. The earliest that delivery may be required is 14 calendar
days after issuance of the individual delivery order. Delivery of bulk
shipment shall be FOB Destination within consignees' premises to the
BEP, 15th Street, S.W., Washington, D.C. 20228. Delivery of drum
shipment shall be FOB Destination within consignees' premises to the
BEP-Lorton Warehouse Facility, 9610 Gunston Cover Road, Lorton, VA
22079. Contractors are required to contact the Receiving Section at
least 24 hours in advance of delivery of production deliverables at
(703) 550-7717. FAR 52.212-1, "Instruction to Offeror-Commercial
Items," applies to this acquisition and is modified as follows:
subparagraph (b) is deleted; subparagraph (c) is modified to extend the
acceptance period of an offer to 90 days. FAR 52.212-2
"Evaluation-Commercial Items" is applicable. The following technical
factors shall be used to evaluate the samples: (1) Mercury Content: The
50% sodium solution shall not contain any detectablelevels of mercury
greater than 1.0 parts per billion; (2) Specific Gravity: The 50%
sodium hydroxide solution shall have a specific gravity of 1.520 to
1.540 (49.6 to 50.8 Baume at a temperature of 15.5 C (60 F) when tested
in accordance with ASTM method D891. (3) Sodium Hydroxide
Concentration: The concentration of sodium hydroxide (NaOH) in the
sodium hydroxide solution shall be within the range of 49% and 51% by
weight when tested in accordance with ASTM method E 291. (4) Sodium
Oxide Concentration: The concentration of sodium oxide (Na2O) in the
50% sodium hydroxide solution (NaOH) shall be within the range of 38.0%
and 39.6% by weight when tested in accordance with ASTM method E291.
All technical criteria will be evaluated on a pass/fail basis. BEP's
source selection decision will be based on low price -- technically
acceptable, assuming an acceptable past performance rating. Past
performance will be determined to be acceptable if all reference checks
are positive. Offerors are advised to include a completed copy of the
provision at FAR 52.212-3, "Offeror Representation and Certification --
-Commercial Item," with its offer. 52.212-4, "Contract Terms and
Conditions-Commercial Items," will be incorporated into the resulting
contract with the following addenda: 1) paragraph (a) is hereby
modified to identify the constructive acceptance period of 30 calendar
days; and (2) the following FAR clauses are incorporated by reference:
(i) 52.211-16-insert in subpara (b), "5% increase and 5% decrease".
(ii) 52.211-17; (iii) 52.216-19 insert in subpara (a), "4,500 gallons",
(b)(1)and(2), 40,000 gallons, (b)(c) (5 days). (iv) 52.217-9 insert in
subpara (c) "60 months). (v) 52.216-18 -- insert in subpara (a), "date
of award through 12 months thereafter" for Base Period, "Month 13
through 24 months" for Option Period I, "Month 25 through 36 month" for
Option Period II, "Month 37 through 48 months" for Option Period III,
and "Month 49 through 60 months" for Option Period IV; (iv)
52.216-21-insert in subpara (f) "90 days after contract expiration";
and (v) 52.223-3 with Alt I. FAR 52.215-5, "Contract Terms and
Conditions Required to Implement Statues or Executive Orders-Commercial
Items" will be incorporated into the resulting contract and following
clauses cited in the clause are applicable: 52.203-6 with Alt I,
52.203-10, 52.219-6, 52.219-8, 52.219-14, 52.222-26, 52.222-35,
52.222-36, 52.22-37, and 52.225-9. Offers may be submitted on letter
head stationary and, at a minimum, provide: (1) the solicitation number
(BEP-98-15(TN); (2) the name, address, point of contact and telephone
number of the offeror; (3) terms of any express warranty; (4) price and
discount terms; (5) "remit to address, if different from mailing
address; (6) a completed copy of the representations and certifications
(FAR 52.212-3); (7) a statement specifying the extent of agreement with
all terms, conditions and provisions of this solicitation; and (8) a
list of at least three similar contracts completed during the last 3
years providing the name of the contracting office or company name,
point of contact and telephone number. Offers shall be mailed to:
Bureau of Engraving and Printing, Office of Procurement, Room 708-A
14th and C streets, S.W., Washington, D.C. 20228-0001, Attn: Jesse
Robertson. Material samples are a part of the offer but shall be
submitted separately to BEP, Shipping & Receiving, D Street between
13th & 14th Streets, S.W., Washington, D.C. 20228. The samples shall be
marked for the Manager, Materials Technical Support Division. All
offerors shall submit a sample of 2 liters (approximately one half
gallon), which is identical to 50% Sodium Hydroxide Solution to be
furnished if the offeror is awarded the contract. Offerors that fail to
submit a complete offer or take exception to the terms and conditions
of the solicitation may be excluded from consideration. All responsible
sources may submit an offer which shall be considered by the agency.
OFFERS ARE DUE BY May 20, 1998, 2 PM LOCAL TIME. (0114) Loren Data Corp. http://www.ld.com (SYN# 0295 19980428\68-0002.SOL)
68 - Chemicals and Chemical Products Index Page
|
|