Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2002 FBO #0314
SOLICITATION NOTICE

V -- Transportation Services for N204 and Hydrazines

Notice Date
10/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center - Missile Fuels, Building 1621-K 2261 Hughes Avenue, Suite 128, Lackland AFB, TX, 78236-9828
 
ZIP Code
78236-9828
 
Solicitation Number
SP0600-03-R-0300
 
Point of Contact
Robert Mayfield, Contract Specialist, Phone 210 925-1177, Fax 210 925-9758, - Ellen Shannon, Contract Specialist, Phone 210 925-2124, Fax 210 925-9758,
 
E-Mail Address
rmayfield@desc.dla.mil, eshannon@desc.dla.mil
 
Description
This is a synopsis for commercial items prepared in accordance with the format in Subpart 12.6 and Subpart 13. 5, as supplemented with additional information included in this notice, and as will be released in a separate solicitation. This announcement constitutes only the synopsis and a separate written solicitation will be issued on or before 15 October 2002. The solicitation number is SPO600-03-R-0300. Closing date and location for receipt of proposals will be at the issuing office until 12:00 PM on 30 October 02. The subject solicitation document, and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-09 (FAC). The North American Industry Classification System Code (NAICS) is 488849. For questions regarding Small Business or Small Disadvantaged Business Affairs, offerors are directed to Ms. Kathy Williams of the DESC Small Business Office at 1-800-523-2601 or 703-767-9465. This announcement is for a one-time interim procurement for transportation services for N204 and Hydrazines to be transported in contractor-owned (NASA design and DOT approved) cargo tank trucks under the Department of Defense (DoD) exemptions DOT-E-3121 and DOT-E-10631. At this time, only two sources are capable of providing this service to the Government as a result of the potential cost and schedule impact to the Government for a new source to manufacture and deliver specialized cargo tank trucks in sufficient time to meet the Government?s immediate transportation requirements. The Government contemplates award of two firm-fixed price six-month indefinite delivery/indefinite quantity contracts, each with one six-month option period, to the incumbent carriers, Superior Carriers, Highway 11 North, Marion, VA 24354, and Jack B. Kelley, 9645 Interchange 552, Amarillo, TX 79124. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 (and addenda, if applicable), Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (Oct 2000); FAR 52.212-4 (and addenda, if applicable), Contract Terms and Conditions-Commercial Items (May 1999); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2000); FAR 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997); FAR 52.223-13,Certification of Toxic Chemical Release Reporting (Oct 2000); FAR 52.223-14,Toxic Chemical Release Reporting (Oct 2000); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.204-7004, Required Central Contractor Registration (MAR 2000) (http://www.ccr2000.com); DFARS 252.212-7000, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); The Government reserves the right to make awards without negotiations. Therefore, offerors are advised to submit their best prices with their initial offers. The full text of any clause can be found at: http//: farsite.hill.af.mil. Correspondence should be mailed to: Larry Brehm, Contracting Officer, DESC-MK, Bldg 1621-K, 2261 Hughes Ave, Ste 128, Lackland AFB, TX 78236-9828. Contact Ellen Shannon at 210-925-2124 or Robert Mayfield at 210-925-1177, for information regarding this announcement. Point of Contact Ellen Shannon, Contract Specialist, Phone 210-925-2124, Fax 210-925-9758 email: eshannon@desc.dla.mil- Robert Mayfield, Contracting Officer, 210-925-1177 10) 925-9758, Email rmayfield@desc.dla.mil
 
Place of Performance
Address: CONUS
 
Record
SN00185920-W 20021012/021010213049 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.