SOLICITATION NOTICE
68 -- Ice Clear Deicer
- Notice Date
- 1/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D1098168AG03A
- Archive Date
- 1/31/2009
- Point of Contact
- Adriana Carmona, Phone: 301-981-3395
- E-Mail Address
-
adriana.carmona@afncr.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/solicitation: (i) PURCHASE 14,360 GALLONS OD ICE CLEAR RDF TO BE DELIVERED IN FOUR 3,590 GALLON SHIPMENTS, TO BE USED TO CLEAN AND FILL AIRCRAFT LAVATORY SYSTEMS. Due 16 January 2009, 12:00 PM Eastern Standard Time (EST). Point of Contact: A1C Adriana Carmona, 301-981-3395, Contract Specialist; Capt Shayla Canty, 301-981-2357, Contracting Officer. (ii) 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. Quotes are requested and a written solicitation will not be issued. (iii) This solicitation/synopsis reference number is F1D1098168AG03A and is being issued as a combined synopsis/solicitation. (iv) This Combined Synopsis/Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 and DFAR Circular DCN 20081218. (v) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 325199 with a 1000 employee size standard. (vi) Contractors shall submit a quote for Ice Clear; potassium acetate based liquid runway deicer with corrosion inhibitor to be used to clean/flush aircraft lavatory systems. QTY – approximately 14,360 gallons to be delivered in four (4) shipments of 3,590 gallons quarterly. Fluid must be pumped into a Government furnished storage tank upon each 3,590 delivery. Deicer must be in compliance with all Federal, State and Commercial Standards and satisfy SAME AMS 1435 requirements. (vii) Acceptance and inspection are FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full texts of clauses and provisions may be accessed electronically at this website: http://fariste.hill.af.mil) (ix) FAR 52.212-1, Instruction to offeror–Commercial. (x) FAR 52.212-2 Evaluation-Commercial Items Evaluation. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in the Combined Synopsis/Solicitation, who offers the lowest price technically acceptable. The Government reserves the right to judge which quote shows the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major requiting. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial items. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: mandatory clauses: •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 •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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans •FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees. •FAR 52.222-50 Combating Trafficking in Persons •FAR 52.225-13 Restriction on Certain Foreign Purchases •FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement •FAR 52.211-6 Brand Name or Equal •DFARS 252.204-7001 Commercial And Government Entity (CAGE) Code reporting (Aug 1999) •DFARS 252.204-7004, Required Central Contractor Registration (CCR) Contractors are not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414) •DFARS 252.225-7000 Buy American Act – Balance or Payments Program Certificate •DFARS 252.7003 Electronic Submission of Payments Requests •AFFARS 5352.223-9001 Health and Safety on Government Installations •AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) •AFFARS 5352.242-9000 Contractor Access to Air Force Installations •316 CONS - 007 Personnel Security Requirements •316 CONS – 010 Wide Are Work Flow •316 CONS – 011 Ombudsman (xiv) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial items are incorporated in full text, with the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program. (Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.) (xv) Responses to this combined synopsis/solicitation must be received via email, or fax by 16 January 2009 no later than 12:00 PM Eastern daylights Savings Time to adriana.carmona@afncr.af.mil. The fax number is 301-981-1910. Contractor interested in hand delivery can do so by contacting A1C Adriana Carmona or Capt Shayla Canty to receive hand delivery quote. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), “Late submission: modifications reservations and withdrawal of offers. Responses should be marked with solicitation number F1D1098168AG03. (xvi) The deadline for questions is 14 January 2009 at 9:00 AM Eastern Standard Time (EST). Address questions to A1C Adriana Carmona, Contract Specialist at 301-981-3395, email adriana.carmona@afncr.af.mil or Capt Shayla Canty, Contracting Officer at email shayla.canty@afncr.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=801967a79f3850bd1099ca25564c0277&tab=core&_cview=1)
- Place of Performance
- Address: 1245 Arnold Ave, Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01730314-W 20090111/090109222705-801967a79f3850bd1099ca25564c0277 (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 |