Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

68 -- DPGME Chemical

Notice Date
1/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Support (ALTK), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669
 
ZIP Code
87117-5669
 
Solicitation Number
DTRA02-03-Q-0005
 
Point of Contact
Emelda Armijo, Contract Specialist, Phone (505) 846-8475, Fax (505) 846-4246, - Shirley Bauer, Contracting Officer, Phone (505) 846-8799, Fax (505) 846-4246,
 
E-Mail Address
emelda.armijo@ao.dtra.mil, shirley.bauer@ao.dtra.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. Solicitation Number: DTRA02-03-Q-0005 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #01-11 and DFARS Change Notice 20021220. This is 100% set aside for small business concerns. Applicable NAICS 442690 and size standard is 100 employees. The Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following Item. Line Item 0001 - Event 1, IAW Attachment 1 - Statement of Work, dated 16 Jan 03, Line Item 0002 - Event 1 - Cleanup IAW Attachment 1 - Statement of Work, dated 16 Jan 03, Line Item 0003 - Optional Event 2, IAW Attachment 1 - Statement of Work, dated 16 Jan 03, Line Item 0004 - Optional Cleanup of Event 2, IAW Attachment 1 - Statement of Work, dated 16 Jan 03. Contractors must submit a Material Safety Data Sheet along with their offer. Contractor must submit a written request on company letterhead to the Contracting Officer's Representative (COR) providing the following information for all personnel including subcontractors requiring access to White Sands Missile Range (WSMR): name of company, individual(s), social security number and statement of U.S. Citizenship. The request must be submitted three (3) working days before access is required. Schedule for the events are stated in the Statement of Work, dated 16 Jan 03. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered to Defense Threat Reduction Agency. Contractor must coordinate with LCDR Kurt Lewis, 505-846-7605, for location of delivery and cleanup at WSMR. With final inspection and acceptance at destination. Contractors/workers must be U.S. Citizens in order gain access to White Sands Missile Range (WSMR). Hours of operation are Monday through Thursday, between 7:30 am and 3:00 pm (MST). The following FAR provisions, clauses, and addenda apply to this acquisition: 52.212-1- Instructions to Offerors-Commercial Items 52.212-2 - Evaluation-Commercial Items. The government will award a purchase order 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 offers: (1) On price (2) past performance - offerors shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone Number, Contract Number, Amount of Contract, and Items provided of similar chemicals. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. Other applicable clauses: 52.212-4 - Contract Terms and Conditions - Commercial Items, 52.212-5 - Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items, and with the following applicable FAR clauses: 52.203-6 -Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-14- Limitations on Subcontracting, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.223-4 - Recovered Material Certification; 52.223-9 Estimate of Percentage Recovered Material Content for EPA Designated products w/ Alternate I; 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration; 52.225-15 - Sanctioned European union Country End Products, 52.225-16 - Sanctioned European Union Country Services, 52.233-1 - Disputes; 52.243-1 - Changes - Fixed Price, 52.246-1 - Contractor Inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) provision 252.212-7000 - Offeror Representations and Certifications - Commercial items. The following clauses and addenda apply to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 - Required Central Contractor Registration; 252-223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Material; 252.225-7001 - Buy American Act and Balance of Payment Program; 252.247-7023 - Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.247-7024 - Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors 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; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and Duns number; (5) in accordance with DFARS 204-73, Vendor must be registered in Central Contractor Registration (CCR). For Solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR database. Registration may be done by accessing the CCR via the Internet at http:// www.ccr2000.com. This is a DO-A70 rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later then 2:00 p.m. (MST) COB: 30 Jan 03: Defense Threat Reduction Agency, ALTK, Attn: Emelda Armijo, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669, phone 505-846-8457 (Faxed quotes are acceptable, 505-846-4246). E-mail is emelda.armijo@ao.dtra.mil. NOTE: Any questions - please contact Shirley Bauer, 505-846-8799, or shirley.bauer@ao.dtra.mil. The anticipated award date is 05 Feb 03. Responsible sources may submit a quote, which shall be considered by this agency. Note 1.
 
Place of Performance
Address: Defense Threat Reduction Agency, ,
Zip Code: 87832
 
Record
SN00244878-W 20030124/030122213812 (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.