|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580Fleet & Industrial Supply Center, Regional Contracts Dept, Attn:
Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 68 -- CHEMICALS AND CHEMICAL PRODUCTS SOL N00244-00-T-0814 DUE 042800
POC Ralph A. Franchi, Contract Specialist, 619-532-2517 WEB: ., ..
E-MAIL: Click here to contact the Contract Specialist via,
ralph_a_franchi@sd.fisc.navy.mil. This is a COMBINED
SYNOPSIS/SOLICITATION for commercial items prepared in accordance with
format in the FAR Part 12.6 as supplemented with additional
information included in this notice. IMPORTANT NOTICE: DFARS
252.204-7004 "Central Contractor Registration" (CCR) is required
applies to all solicitations issued on/after 6-1-98. Lack of
registration in the CCR database will make an offeror/quoter ineligible
for award of a contract/purchase order. Please ensure compliance with
this regulation when submitting your quote. Utilize the CCR website at
http://www.ccr2000.com and/or call the CCR Assistance Center at
888-227-2423 for more information. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. Solicitation number: N00244-00-T-0814
is hereby applicable. This solicitation is being issued as a RFQ
(Request for Quote). This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular
97-16. This solicitation is issued on an unrestricted sole source
basis. Suggested sources of supply is Chemsearch Inc. FSCM: 1NM96. The
Standard Industrialization Classification Code is 5169 and the
business size standard is 100 employees. FISC San Diego is announcing
a requirement for the following material: Item 0001: X-Ray Film
Processing Drain Cleaner (medical application), (20) Kits per month;
p/n: 4723, Base year, and four, one year options. Requirement
descriptions/specifications: Activity has twenty drains, each kit will
service one drain. The drain cleaner must be designed to break apart
crystalline buildup and sludge buildup in the x-ray processor drain.
The cleaner should be able to identify any dry traps and faulty
plumbing that could allow dangerous sewer gases and foul odors that may
enter the facility. The cleaner should also be a deodorizer. The
contractor shall schedule and provide training on the proper
application, handling and disposal of the products in the kit. The
contractor shall provide assistance in the application of the product
for the first two months. Weekly follow up assistance is to be provided
to troubleshoot any problems that may arise is the drain areas. The
contractor shall provide during each year on going training to new
Government personnel and safety seminars upon request. The contractor
is to provide a 100% guarantee that drains will not clog. In the event
that drains clog there will be unlimited cleanings at no charge to the
Government. In the event that damage occurs to the drains and/or drain
lines the contractor will cover costs to re-plumb the drains and/or
drain lines. In the event that damage occurs to equipment, the
contractor shall replace the equipment and/or repair. The Government is
requesting that proof of liability insurance be carried throughout the
life of the contract. The proposed period of performance is: Base Year
5-1-00 to 9-30-00, Option Year I 10-1-2000- 9-30-2001, Option Year II
10-1-2001-9-30-2002, Option Year III 10-1-2002-9-30-2003, Option Year
IV 10-1-2003-9-30-2004; Suggested source: OEM: Chemsearch Inc., fscm:
1NM96. Delivery, Inspection/Acceptance of all material will be made and
performed at the Public Works Center-San Diego 92134, Naval Regional
Medical Center Location; FOB/Destination; Pricing quoted is to be
considered Firm Fixed Pricing and is to include all costs for material,
training services, additional services specified and all shipping
costs. Submit a price breakdown listing unit cost, unit pricing per
month, and total yearly cost for the base year and subsequent option
years. The material product code and specifications listed in this
solicitation is intended to be descriptive not restrictive. The
information is used to portray the characteristics and level of quality
that will satisfy the Government's needs. To be considered for award,
offers of "equal" products must meet the salient physical, functional
and other characteristics of the drain cleaner material listed in this
solicitation. The additional aspects of training, service and
liability coverage must also be met. Descriptive literature, technical
informative or other such information must be provided to the
Contracting Officer and requiring activity for technical review.
Contact the Contracting Officer for additional information regarding
this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE
AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE. THE
FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA
THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or
http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors
Commercial Items NOTE: This provision must be reviewed completely. It
contains the guidelines for submission of your quotation. FAR 52.212-2
Evaluation of Commercial Items; (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 the quotation: (i) Technical
capability of items to meet the requirement (ii) Past Performance (iii)
Pricing (iv) Liability Insurance Step One Evaluation: (i) To be
determined technically acceptable, the contractor must furnish the
required technical information in the form of descriptive literature,
specification sheets or other type information. Submit current MSDS and
submit a completed DFARS 252.223-7001 Hazard Warning Label form. (ii)
Contractors are to provide a minimum of two (2) prior sales in the past
year for the material/services being offered. Provide contract number,
date of sale, items sold, unit prices and the Government activity or
commercial company, point of contact/phone number. (iii) Contractors
must provide current commercial pricing. Include any current
commercially published price lists or catalogs price listings. Pricing
will be compared to the price listings and to other quotations
received. (iv) Submit copy of standard commercial liability coverage
information. ***Note*** Technical information may be submitted
electronically via e-mail or a separate computer disk in MS Word latest
version. Only those quotations which have been determined to have met
all factors will be considered for award. Ability to meet the
requirements set forth in this announcement shall be demonstrated by
the contractor's submission of a signed quotation which has not taken
exception to the schedule. Quotations which take exception and do not
meet the Government's requirement may be determined to be unacceptable
and not considered for award. At the discretion of the Contracting
Officer the Government intends to evaluate quotations without
discussion and award a Firm Fixed Price purchase order. Each initial
offer should, therefore contain the contractors best terms from both a
technical, delivery and pricing standpoint. FAR 52.212-3, Offeror
Representation and Certifications-Commercial Items-ALT I-OCT 1998;
NOTE: This provision is considered a "fill-in". All applicable fields
must be completed. Submit this provision with your quotation. FAR
52.212-4 Contract Terms and Conditions Commercial Items; Addendum to
FAR 52.212-4 are hereby incorporated by reference or full text as
applicable: FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option
to Extend the Term of the Contract, FAR 52.223-3 Hazardous Material
Identification and Material Safety Data, DFARS 252.223-7001 Hazard
Warning Labels FAR 52.232-33 Mandatory Information for electronic funds
transfer payments, FAR 52.247-34 FOB Destination, 5252.246-9401
Standard Commercial Warranty-Oct 1995; The contractor shall extend to
the Government the full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranty
is available at no additional cost to the Government. Acceptance of the
standard commercial warranty does not waive the Government's rights
under any "Inspection" clause that may be in the contractor does it
limit the Government's rights with regard to the other terms and
conditions of this contract. In the event of a conflict, the terms and
conditions of this contract shall take precedence over the standard
commercial warranty. The standard commercial warranty period shall
begin upon final acceptance of the applicable material and/or services
listed in the Schedule. The contractor shall provide a copy of it's
standard commercial warranty (if applicable) with it's offer. The
warranty covers a period of ( ) months. Offeror is to insert number of
months. FAR 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items (Deviation)
applies with following applicable clauses for paragraph (b): FAR
52.203-6 Restrictions on Subcontractor Sales to the Government, FAR
52.219-8 Utilization of Small Business Concerns, FAR 52.222-26 Equal
Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped
Workers, FAR 52.222-37, Employment Reports on SpecialDisabled Veterans
and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds
Transfer-Central Registration (31 USC 3332); DFARS 252.212-7001
Contract Terms and conditions required to implement statutes or
executive orders applicable to defense acquisitions of commercial
items-JAN 1999, DFARS 252.225-7007 Buy American Act-Trade
Agreements-Balance of Payment Program; DFARS 252.204-7004 Required
Central Contractor Registration; DFARS 252.243-7002 Certification of
Requests for Equitable Adjustment (10 USC 2410). Submit quotations via
FAX to: Fleet and Industrial Supply Center, Regional Contracts Dept.,
937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph
Franchi, Contract Specialist, Code 2611. 619-532-2347 fax. Address all
questions or inquiries to: 619-532-2517 or e-mail:
ralph_a_franchi@sd.fisc.navy.mil Reference solicitation number:
N00244-00-T-0814 on all documents and requests for information. See
numbered Note 12. Quotes must be received no later than COB 4:00 p.m.
(PST) on 04/28/00. Posted 04/13/00 (W-SN444861). (0104) Loren Data Corp. http://www.ld.com (SYN# 0325 20000417\68-0001.SOL)
68 - Chemicals and Chemical Products Index Page
|
|