Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

68 -- Technical grade ferric chloride in 32-45% solution to be delivered in approximate 3,000 gallon increments to Fort McCoy, WI on an as needed basis.

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
325188 — All Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-06-T-0067
 
Response Due
8/16/2006
 
Archive Date
10/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-06-T-0067 is issued as a Request for Quotation (RFQ) and is due by 1630 hours CST, 16 August 2006. This solicitation is set aside for small business participation under NAICS code 325188 with a small business size standard of 1000 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This contract is for bulk technical grade ferric chloride in 32-45% solution. The quantity shown per CLIN will be delivered on an as needed basis over the date range covered by the CLIN. Specific deliveries will be ordered by the authorized caller(s) to be identified in the contract. Each delivery shall consist of approximately 3,000 gallons (36,000 pounds). An estimated three to six deliveries are required each year. Each individual order placed by an authorized caller shall be delivered in full withi n 5 business days of the date the order was placed. Prior to making a delivery, the contractor shall notify the Wastewater Treatment Plant, Fort McCoy, WI, phone 608-388-2323 to schedule a delivery appointment. Standard delivery hours are 0800 thru 1600 Monday through Friday excluding Federal Holidays. The quantity shown per CLIN is an estimate that is not to be exceeded without prior approval in the form of a contract modification from the Contracting Officer. The Contracting Officer may modifty the estimated quantity per CLIN up to 30% above the quant ity shown and still be considered within the scope of the contract. The exact quantity shown per CLIN is not guaranteed; any unused quantities may be removed by contract modification by the end of the date range covered by the CLIN. The government pays o nly for the actual quantities ordered by an authorized caller and received. CLIN 0001 (BASE PERIOD) Quantity not to exceed 12,500 gallons. Bulk Technical Grade Ferric Chloride in 32-45% Solution for the period 1 Sep 06  31 Aug 07. Contractor shall deliver to Building 2210 of the Wastewater Treatment Plant at Fort McCoy, Wisco nsin. Delivery vehicle shall have at least 20 feet of hose with a fitting able to fit a 2-inch cam lock. The Contractor is responsible for cleanup and disposal of any spilled material and shall cleanup spilled material in accordance with all state, local , federal, and environmental laws and regulations. If the Contractor bills by weight, the Contractor shall provide proof of the weight of all deliveries by weighing in at the Fort McCoy scale house, delivering product at the Wastewater Treatment Plant, an d reweigh. The difference between the initial weight and the final weight is the billing weight. The billing weight is assumed to equal 12 pounds per gallon. If the Contractor bills by liquid volume, the Contractor shall provide proof of the volume of a ll deliveries e.g. by metered pump. Price for this item shall include all freight, delivery and other surcharges. CLIN 1001 (OPTION PERIOD ONE) Quantity not to exceed 12,500 gallons. Same description as CLIN 0001. Period 1 Sep 07  31 Aug 08. CLIN 2001 (OPTION PERIOD TWO) Quantity not to exceed 15,000 gallons. Same description as CLIN 0001. Period 1 Sep 08  31 Aug 09. CLIN 3001 (OPTION PERIOD THREE) Quantity not to exceed 15,000 gallons. Same description as CLIN 0001. Period 1 Sep 09  31 Aug 10. CLIN 4001 (OPTION PERIOD FOUR) Quantity not to exceed 17,500 gallons. Same description as CLIN 0001. Period 1 Sep 10  31 Aug 11. The full text of provisions and clauses incorporated herein may be accessed electronically at the following site: http://farsite.hill.af.mil/ and htt p://aca.saalt.army.mil/Library/Acq-Instructions.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda); FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representat ions and Certifications--Commercial Items; and FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. 52.212-2, Paragraph (a) is completed as follows: The factors to be used in the evaluation of offers are (i) past performance and (ii) price; paragraph (a) is completed as follows: past performance and price factors are equal in value. Paragraph (b) of 52.212-2 is amended to add the following: For purposes of evaluation, the pricing for a possible six month extension that may or may not be ex ercised under 52.217-8, will be evaluated as part of the contractor's price proposal. The 4th option period pricing will be used to establish the pricing for the six month extension. This process is for price evaluation only; there is no guarantee that t he option under 52.217-8 will be exercised during the contract. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items a pplies with the following applicable clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6, Notice of Total Small Business Set Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Lim itations on Subcontracting; 52.222-3, Convict Labor; 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, Equal Opportunity for Special Disabled Veterans , Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001 Contract Terms and Conditions Req uired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-3 Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252 .225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Other provisions and clauses that apply include 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 252.225-7002, Qualifying Country Sources as Subcontractors; ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. 11. In accordance with FA R 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittan ce addresses, price per CLIN, discount terms, DUNS number, and Tax Identification Number. ALSO REQUIRED TO BE SUBMITTED is past performance information which evidences the level of quality in which the contractor has performed at least 2 prior similar contracts. This information shall include no less than the following information for each of the prior similar contracts: a) Organization who the contract was with and point of contact (name, telephone number, Email address). If a Federal government contract, provid e contract number and type of contract. b) Dollar value of the contract. c) Period of performance (beginning and ending dates). d) Description of the work performed under the contract. The Government may contact some, all, or none of the references pro vided. A contractors level of past performance may be evaluated solely on the information provided by that contractor. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. In accordance with FAR 52.212-1(k), pr ospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Offic er will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. QUOTES MAY BE SUBMITTED by mail, Email or fax. If you have questions, contact Kris Murray, Contract Specialist, kris.murray@us.army.mil. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, no later than 16 August 2006, 1630 hrs CST.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01107037-W 20060806/060804222655 (fbodaily.com)
 
Source
FedBizOpps 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.