COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS
68 -- CHEMICAL & CHEMICAL PRODUCTS
- Notice Date
- July 12, 2001
- Contracting Office
- FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-01-T-0794
- Response Due
- July 16, 2001
- Point of Contact
- David St. Laurent/Nicole Wohl (757)443-1444
- E-Mail Address
- Contract Specialist (David_St._Laurent@nor.fisc.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, supplemented with additional information included in this notice. A written solicitation document will not be issued. The government intends to award under other than full and open competition in accordance with FAR Subpart 6.302-1 to Nalco Chemical Company, Naperville, IL. The solicitation number for this procurement is N00189-01-Q-0170 and is being issued as a Request for Quotation (RFQ) in accordance with FAR Subpart 13.5 -- Test Program for Certain Commercial Items (Clinger-Cohen). This solicitation incorporates provisions and clauses listed in effect through Federal Acquisition Circular (FAC) 97-27 and Defense Acquisition Circular (DAC) 91-13. The North American Industry Classification Code (NAICS) is 325998 and the Small Business size standard is 500 employees. The period of performance is from 1 August 2001 to 31 July 2002 for the base year with four one-year option periods (1 August 2002 to 31 July 2003 first option period; 1 August 2003 to 31 July 2004 second option period, 1 August 2004 to 31 July 2005 third option period, 1 August 2005 to 31 July 2006 fourth option period). Quotes shall include unit pricing and extended pricing for the following Nalco Chemical Company product Contract Line Items (CLINS) for the base year and each option period: DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT BASE YEAR (1 August 2001 -- 31 July 2002) 1001-Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 22104 Transport Plus Serial Number 500245 30,000 lbs ___________ _____________ 1002- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1720 Sodium Sulfite Serial Number 170899 35,000 lbs ___________ _____________ 1003- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1820 TRIACT Serial Number 45311 25,000 lbs ___________ _____________ 1004- Navy Public Works Center, Dam Neck, Building 529 Tartar Ave, Virginia Beach, VA 23461 Navy Public Works Center, NAS Oceana, Building 601, Hornet Road, Virginia Beach, VA 23460 Navy Public Works Center, Naval Hospital, Building CEP-20, John Young Street, Portsmouth, VA 23709 Product No. 52211 ACT Serial Number 160620 15,000 lbs ___________ _____________ PLEASE NOTE THAT THIS SOLICITATION IS FOR A BASE YEAR CONTRACT WITH FOUR ONE-YEAR OPTION PERIODS (CONTRACT TOTAL OF 5 YEARS). PRICE ALL OPTION PERIODS: OPTION I (1 August 2002 -- 31 July 2003) 2001-Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 22104 Transport Plus Serial Number 500245 30,000 lbs ___________ _____________ 2002- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1720 Sodium Sulfite Serial Number 170899 35,000 lbs ___________ _____________ 2003- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1820 TRIACT Serial Number 45311 25,000 lbs ___________ _____________ 2004- Navy Public Works Center, Dam Neck, Building 529 Tartar Ave, Virginia Beach, VA 23461 Navy Public Works Center, NAS Oceana, Building 601, Hornet Road, Virginia Beach, VA 23460 Navy Public Works Center, Naval Hospital, Building CEP-20, John Young Street, Portsmouth, VA 23709 Product No. 52211 ACT Serial Number 160620 15,000 lbs ___________ _____________ OPTION II (1 August 2003 -- 31 July 2004) 3001-Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 22104 Transport Plus Serial Number 500245 30,000 lbs ___________ _____________ 3002- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1720 Sodium Sulfite Serial Number 170899 35,000 lbs ___________ _____________ 3003- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1820 TRIACT Serial Number 45311 25,000 lbs ___________ _____________ 3004- Navy Public Works Center, Dam Neck, Building 529 Tartar Ave, Virginia Beach, VA 23461 Navy Public Works Center, NAS Oceana, Building 601, Hornet Road, Virginia Beach, VA 23460 Navy Public Works Center, Naval Hospital, Building CEP-20, John Young Street, Portsmouth, VA 23709 Product No. 52211 ACT Serial Number 160620 15,000 lbs ___________ _____________ OPTION III (1 August 2004 -- 31 July 2005) 4001-Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 22104 Transport Plus Serial Number 500245 30,000 lbs ___________ _____________ 4002- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1720 Sodium Sulfite Serial Number 170899 35,000 lbs ___________ _____________ 4003- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1820 TRIACT Serial Number 45311 25,000 lbs ___________ _____________ 4004- Navy Public Works Center, Dam Neck, Building 529 Tartar Ave, Virginia Beach, VA 23461 Navy Public Works Center, NAS Oceana, Building 601, Hornet Road, Virginia Beach, VA 23460 Navy Public Works Center, Naval Hospital, Building CEP-20, John Young Street, Portsmouth, VA 23709 Product No. 52211 ACT Serial Number 160620 15,000 lbs ___________ _____________ OPTION IV (1 August 2005 -- 31 July 2006) 5001-Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 22104 Transport Plus Serial Number 500245 30,000 lbs ___________ _____________ 5002- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1720 Sodium Sulfite Serial Number 170899 35,000 lbs ___________ _____________ 5003- Navy Public Works Center, Norfolk Naval Base, Building P-1 Piersey Street, Norfolk, VA 23511 Product No. 1820 TRIACT Serial Number 45311 25,000 lbs ___________ _____________ 5004- Navy Public Works Center, Dam Neck, Building 529 Tartar Ave, Virginia Beach, VA 23461 Navy Public Works Center, NAS Oceana, Building 601, Hornet Road, Virginia Beach, VA 23460 Navy Public Works Center, Naval Hospital, Building CEP-20, John Young Street, Portsmouth, VA 23709 Product No. 52211 ACT Serial Number 160620 15,000 lbs ___________ _____________ Proposals received shall specify FOB Destination at locations designated by line item Delivery will be accepted between 0600 -- 1330 hours Monday through Friday. Service shall be provided within 48 hours upon issuance of a Delivery Order, unless a longer period is specified. Emergency Orders shall be treated as normal delivery with the occurrence of approximately four times per year. (Emergencies may include weekends or holiday delivery). A Material Safety Data Sheet (MSDS) and a Certificate of Analysis shall be provided with each delivery. Applicable Federal Government Regulations for handling and shipping of Hazardous Material will be complied with. The contractor shall deliver chemicals in quantities, to locations specified in Line Item 1001 through 5004, as specified on each individual Delivery Order. The transportation vehicle shall be equipped with necessary fittings (a 2-inch quick disconnect) and self-sustaining equipment to off-load the chemicals. The transportation vehicle shall require at least 50 feet of hose. The transportation vehicle driver shall be trained by Department of Transportation (DOT) for transportation of the type of Hazardous Material that the driver is transporting. The contractor must be ISO 9000 certified. The contract resulting from this solicitation will be an Indefinite Delivery Requirements type contract with a Firm Fixed unit pricing arrangement. Offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items (October 2000) [a price proposal on letterhead or a proposal cover sheet signed and dated that contains the requested items with unit prices, extended prices, prompt payment terms, remittance address, and telephone number of offeror; terms of any express warranty and all other documentation specified herein]. Price will be evaluated in accordance with FAR Subpart 13.106. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications- Commercial Items Alternate I(October 2000) and DFAR 252.212-7000, Offerors Representations and Certifications-Commercial Items (Nov 1995) with their offer. A copy may be provided by the Contract Specialist as requested. The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation and are hereby being incorporated: FAR 52.212-4, Contract Terms and Conditions- Commercial Items (May 2001) and any addenda that apply to this acquisition, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation (May 2001), Far 52.222-26, Equal Opportunity (EO11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR.222-36 Affirmative Action for Workers with Disabilities, FAR 52.247-64 Preference for Privately-Owned U S Flag Commercial Vessels, FAR 52.215-2 Audit and Records -- Negotiations (June 1999); FAR 52.215-5 Facsimile Proposals [(c) 757.443.1424/1414)] (October 1997), FAR 52.216 -21 Requirements (October 1995); FAR 52.216-18 Ordering [(a) 01 August 2001 through 31 July 2002 for the base year] (October 1995); FAR 52.216-9 Order Limitations [(a) 1 lb., (b)(1), (b)(2); (b)(3); (d)] (October 1995),FAR 52.219-8 Utilization of Small Business Concerns (October 2000), FAR 52.219-9 Small Business Subcontracting Plan, FAR 52.219-16 Liquidated Damages-Subcontracting Plan, FAR 52.223-3 Hazardous Material identification and Material Safety Data (January 1997); FAR 52.223-5 Pollution Prevention and Right to Know Information (Apr 1998); FAR 52.223-14 Toxic Chemical Release Reporting (Oct 2000); FAR 52.233-1 Disputes (Dec 1998); FAR 52.232.18 Availability of Funds (Apr 1984); FAR 52.233-2, Service of Protest [(a) Fleet and Industrial Supply Center, Attention: Tracey L. Carr, 1968 Gilbert Street Suite 600, Norfolk, Virginia 23511-3392] (Aug 1996); and FAR 52.233-3 Protest After Award (Aug 1996). The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.223-7001 Hazard Warning Labels (December 1991); DFARS 252.204.7004, Required Central Contractor Registration (Mar 2000), DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate (Sept 1999), and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items (Nov 1995). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items [(b) clauses 252.225-7001, 252.225-7007 and 252.247-7023 apply] (Dec 2000). DFARS 252.204-7004, (Mar 2000), Required Central Contractor Registration, (a) Definitions as used in this clause (1) "Central Contractor Registration (CCR) Database"- means the primary DOD repository for contractor information, required for the conduct of business with DOD. (2) "Data Universal Numbering Systems (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet. Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying sub-units or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor shall be responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.;. The following NAVSUP clause applies to this solicitation: SUP 5252.243-9400, Authorized Changes Only By The Contracting Officer (Jan 1992), (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract, (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract, (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Tracey Carr, Code 202A7, Fleet Industrial Supply Center, Acquisition Department, 1968 Gilbert Street Suite 600, Norfolk VA 23511-3392, phone 757/443-1347, fax 757/443-1424 (end of clause). The following FISC Norfolk provision applies to this solicitation: FAR 33.103 Independent Review of Agency Protest sets forth procedures for inexpensive, informal, procedurally simple and expeditious resolution of protests. Where appropriate and permitted by law, FISC Norfolk encourages the use of those techniques set forth in FAR 33.103 to resolve agency protests. Therefore, offerors may submit protests to the Contracting Officer, who is Tracey Carr, at Commanding Officer, Fleet Industrial Supply Center, Attn: Code 202, 1968 Gilbert Street Suite 600, Norfolk VA 23511-3392, phone 757/443-1347, fax 757/443-1424. Protests should comply with, and will be processed in accordance with the protest procedures set forth in FAR 33.103. As an alternative, offerors who protest may request FISC Norfolk to review the merits of the protest independent of the contracting officer who is conducting the source selection. FISC Norfolk's Acquisition Department Chief of the Contracting Office will conduct this independent review (3 Apr 1999)(FISC Norfolk) (End of Provision). Offerors shall not be currently debarred, suspended, and must be otherwise eligible to receive contracts from any Federal Agency. As a minimum, responsible sources should provide this office: past performance data, and price proposal on letterhead or a SF1449 for the requested items, unit prices, extended prices, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage Code, and a completed copy of FAR 52.212-3 Alternate I. Responses to this solicitation are due by 1600 EST, 29 June 2001. Offers shall be faxed to 757-443-1424 or mailed to: Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David St. Laurent, Code 202A, Norfolk, VA 23511-3392. Reference RFQ N00189-01-Q-0170 on your quote. This is a combined synopsis/solicitation in one; no synopsis will be issued. Note 22 APPLIES
- Record
- Loren Data Corp. 20010716/68SOL001.HTM (W-193 SN50R6T4)
| 68 - Chemicals and Chemical Products Index
|
Issue Index |
Created on July 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|