SOLICITATION NOTICE
68 -- CARBON DIOXIDE, DRY ICE
- Notice Date
- 3/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-05-T-0087
- Response Due
- 4/1/2005
- Archive Date
- 4/16/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-05-T-0087 applies and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 325120 and the business size standard is 1000. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a sole-source basis the following line items carbon dioxide solid, dry ice, estimated 111,800 lbs, per year, w/2 option years, Statement of work, dry ice will be delivered every Wednesday to two NADEP locations, Hanger 101W, shop 62338 (estimated 15 sliced 50 lb blocks) and Building 797 West center roll up-door, (estimated 28 sliced 50 LB blocks). These deliveries must be in the proper containers with the appropriate barrier blanket for storage and left at these locals until the next delivery. Any changes to relocating these containers by the NADEP, the contractor will be notified prior to the next delivery. (2) Deliveries are to be made between the hours of 0700 and 1000 or 1200 and 1400 due to the availability of personnel to assist or any other time agreed to by both parties. Deliveries dates may vary due to workload requirements or environmental constraints and may have to be changed per phone request. (3) Dry ice containers shall be contractor owned and maintained. (4) Due to security constrains each contractor must provide a listing of all truck drivers that will be delivering materials to NADEP Jacksonville. This letter must be on company letterhead stationary which identifies the company name, address and phone/fax numbers and contain the following information: Duration of visit: Period of contract (example: 1 May 00 ? 31 Apr 01). Purpose of visit: Reference contract number N68836-00-D-???? Degree of Access: Unclassified NADEP Jacksonville Point of Contact: Melvin Green 904-542-2481 The following personal information is required of truck drivers: Name, Rank/Title/Position, SSN, Date and Place of birth, Citizenship (US or Foreign National), Level of Security Clearance (NONE, CONFIDENTIAL, SECRET OR TOP SECRET) The printed or typed name, rank or title of the company official authorizing the delivery and certifying clearance information. (This Person must be an Officer of the company). The signature of the identified company official. 5. Drivers will be required to check-in at NADEP Main Security Office, Bldg 101, for gate pass and ID registration. 6. The above information needs to be faxed to NADEP Jacksonville?s Security Office at fax number 904-542-0887 or emailed to Jaxnadepsecurity@navair.navy.mil upon award of contract or before first delivery. 7. Material Safety Data Sheets (MSDS) are to be kept on file in code 6.5.3.00. The contractor must send a copy of his MSDS to: Naval Environmental Health Center, Attn: HMIS (Code 71), Naval Station Norfolk, VA 23511 and Naval Air Depot, Environmental Office (Code 65300), NAS Jacksonville, FL 32212-0016, (8) NADEP Jacksonville point of contact of Melvin Green or designate, Code 6.3.4.12, (904) 542-2605 or DSN 942-2605. 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M April 01, 2005. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-542-1077.
- Place of Performance
- Address: Jacksonville, Fl
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN00771857-W 20050320/050318212509 (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 |