SOLICITATION NOTICE
68 -- Liquid Cationic Polymer
- Notice Date
- 4/9/2008
- Notice Type
- Presolicitation
- Contracting Office
- N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060408T0099
- Response Due
- 4/23/2008
- Archive Date
- 4/24/2008
- Point of Contact
- Paula Reinhard 808-473-7554 Francine Matsuura, 808-473-7681
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-08-T-0099. This solicitation is being issued as a Request for Quotations (RFQs), for a Firm Fixed Price (FFP) contract and incorporates provisions and clauses in effect through FAC 2005-23 and DFARS Change Notice 20080124. ! It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 325998 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from qualified sources capable of providing: CLIN 0001, Liquid Cationic Polymer used for thickening and de-watering sludge at a wastewater treatment plant. The sludge is derived from anaerobic digesters and thickened sludge from dissolved air flotation thickeners (DAFT). The resulting firm fixed price contract will be for a base period of one year (CLIN 0001) with two one year option periods (CLINS 1001 and 2001). Delivery is required to start June 01, 2008. Requirement shall be 6,600 gallon per year and delivered in two 275-gallon tote-bins each month. Deliver! ies will be requested from vendor as required and the contractor shall coordinate delivery date and time with the designated Government Representative. Contractor must be capable of making deliveries within 7 working days after receipt of order. In the event a bad batch (i.e., will not mix or has clumps) is received during the term of the contract, a replacement batch shall be delivered within 7 calendar days after receipt of notification of a non-conforming product. The contractor shall be responsible for the removal and disposal of the empty containers off base at time of delivery. A Material Safety Data Sheet (MSDS) and a certificate of shelf life shall accompany each shipment. Material supplied shall have at least six months of shelf life remaining per tote-bin and all delivered totes shall be from the same manufacturer. Contractor shall provide all transportation and other necessary materials to supply this requirement. Contractor to quote delivery F.O.B. Destination, NAVFAC Hawaii, Building 1342, Fort Kamehameha Wastewater Treatmen! t plant located on Hickam Air Force Base, Honolulu, HI, 96818. Responsibility and Inspection: All material will be inspected and accepted at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; Far 52.219-6, Notice of Total Small Business Set-Aside, Far 52.222-3, Convict Labor, FAR 52.222-19, Child labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.222! -35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans, Veterans. Veterans of the Vietnam, Era and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons and FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including; FAR 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-70! 03, Electronic Submission of Payment Requests, DFARS 52.252-7023, Transportation of Supplies by Sea, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; DFARS 252.223-7001, Hazard Warning Labels; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.232-3, Hazardous Material Identification and Material Safety Data; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.223-3, Hazardous Material Identification and Material Safety Data and FAR 52.232-18, Availability of Funds; DFARS 252.225-7021, Trade Agreements, DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7020, T! rade Agreements Certificates; DFARS 252.223-7001, Hazardous Warning Labels; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.247-7022, Representation of Extent of Transportation by Sea. See attached local clauses that apply to this solicitation. This announcement will close at 12:00 pm (noon) (Hawaii Standard Time) on April 23, 2008. Contact Ms. Paula Reinhard, who can be reached at 808-473-7554 or email paula.reinhard@navy.mil or Ms. Francine Matsuura, 808-473-1681 or email francine.matsuura@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, a determination of responsibility and technically accepta! ble low bids. The following factors and subfactors (in descending order of importance shall be used to evaluate offers: (1) Technically acceptable; (a) settling (not less than 500 ml after 30 minutes), (b) clarity (not greater than 6 NTU), and (c) floc formation (not less than 1/8"); (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. The government reserves the right to make a technical acceptability determination without discussions with the offeror. Pricing shall be quoted in unit price per gallon; total price shall be based on the quantity of 6,600 gallons per year. Offerors shall price all CLINs (basic and two options). In the event the unit price (s) and extended price(s) are ambiguous, the Government shall use the indicated unit price (s) for evaluation and award purposes. Product Samples, with the applicable MSDS and precut literature are required with the submission of the quote. Each quoter may submit a maximum of th! ree (3) products each. The manufacturers name, location and phone number, model number and brand are required for each product submitted. Samples shall be shipped in waterproof and leak-proof containers. The minimum sample size shall be 100 milliliter (ml) but not to exceed 250 ml. All samples shall be clearly labeled with the product name and the offerors company name. It is recommended that a back-up sample set be shipped in separate container. The government will use these only if the primary samples are lost or broken in transit. All samples will not be returned. The commercial standard test procedure described at Alken Murray Corp website, http://www.alken-murray.com/polytest.htm will be used to analyze the settling rate, floc formation and clarity for each product submitted. Samples should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 203.pr, ATTN: Paula Reinhard, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Non submittal of a sample will make an offeror/quoter INELIGIB! LE FOR AWARD. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9eca67747a674287ac9ef950d852274&tab=core&_cview=1)
- Record
- SN01550880-W 20080411/080409221033-82327b432104337b434ebe93f0d0560f (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 |