Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

M -- Sodium chlorite and Aqua-Acid Solution

Notice Date
11/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1770105600
 
Response Due
11/25/2009
 
Archive Date
11/10/2010
 
Point of Contact
SCOTT F. GEBHARD Procurement Analyst 7183544618 Scott_Gerhardt@contractor.nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is A1770105600, NER-GATE- Gateway National Recreation Area, 210 New York Ave, Staten Island, NY. requires the following: Sodium chlorite and Aqua-Acid Solution. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 effective 14 October 2009. The North American Industry Classification System code (NAICS) is 424690 Other Chemical and Allied Products Merchant Wholesalers. This is a Total Small Business set aside requirement. A firm fixed price contract will be awarded. All interested parties must quote on all items to be considered. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS AND PLACE OF PERFORMANCE: The requirement is to be procured on behalf of: Gateway National Recreation Area, Sandy Hook Sewer Treatment Plant, Sandy Hook Unit, Atlantic Drive, Fort Hancock, NJ, 07732.DESCRIPTI ON OF REQUIREMENT:BASE BID ITEM NO 1: Sodium Chlorite Solution"The contractor shall provide a cost per pounds of Sodium Chlorite Solution over the course of 12 months (October 2009 thru September 2010). "The Sodium Chlorite needs to be a 31.25% solution. "The Sodium Chlorite solution needs to be stored in 55 gallon drums. There shall be 510 pounds of Sodium Chlorite solution per drum. "We estimate that the need for 15 to 30 drums over the course of 12 months; this would be equivalent to 7,650 to 15,300 pounds of Sodium Chlorite solution over the course of 12 months."Ordering will be done on an "as needed basis" BASE BID ITEM NO 1: UNIT SUM $ ______________/pound of Sodium Chlorite Solution-------------------------------------------------------------------------------------------------------------------------------------------BASE BID ITEM NO 2: Aqua-Acid Solution or equivalent solution"The contractor shall provide a cost per gallons of Aqua-Acid Solution or equivalent solution over the course of the same 12 months (October 2009 thru September 2010)."Aqua-Acid Solution or equivalent solution consists of a blend of Acetic Acid (glacial) 83% by weight (cas #64-19-7) and Lactic Acid 50-100%, 17% by weight (cas# 50-21-5). "The solution shall be stored in 55 gallons drums. Each 55 gallon drum container will store 50 gallons of the solution. "We estimate that the need for 15 to 30 drums over the course of 12 months; this would be equivalent to 750 to 1,500 gallons of solution over the course of 12 months."Ordering will be done on an "as needed basis" BASE BID ITEM NO 2: UNIT SUM $ _______________/gallon of Solution-------------------------------------------------------------------------------------------------------------------------------------------BASE BID ITEM NO 3: Transportation/Delivery Costs"Contractor shall provide the cost of the transportation and delivery of the product. "We estimate a range of three (3) to six (6) orders/deliveries to Sandy Hook over the 12 month period. The maximum number of drums per delivery will be 16 drums. The contractor shall provide the transportation and delivery of all products ordered. BASE BID ITEM NO 3: UNIT SUM $ _______________/Delivery PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items ; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: 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, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 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 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. Also, your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 25 Oct. 2009 by 3:00 PM EST. Submit offers or any questions to Scott F Gebhardt by email at scott.gebhardt@contractor.nps.gov. Telephone calls pertaining to the RFQ will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1770105600/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area, Sandy Hook Sewer Treatment Plant, Sandy Hook Unit, Atlantic Drive, Fort Hancock, NJ, 07732.
Zip Code: 10305
 
Record
SN02002210-W 20091112/091111000441-11e9279e5dcbc32a44787ee5588a00d3 (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.