Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOURCES SOUGHT

68 -- Buld Road Salt (Sodium Chloride) - Specifications and EPA Clause

Notice Date
6/2/2010
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FY2011BulkRoadSalt
 
Archive Date
6/29/2010
 
Point of Contact
Jennifer R. Begg, Phone: 9375222277
 
E-Mail Address
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Economic Price Adjustment Clause information Statement of work for Bulk Road Salt SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, 88th Air Base Wing, Wright-Patterson AFB, Ohio is seeking potential sources to determine if qualified businesses are capable of providing Bulk Road Salt (Sodium Chloride). Firms responding should specify their products meet the technical specifications listed below, and provide detailed product information to show clear technical compliance. Additionally, the Air Force is seeking information on the contract structure for this procurement (Question 4 in Capabilities Statement). The requirement specifications are attached to this announcement. All interested firms shall submit a response demonstrating their capabilities to produce Bulk Road Salt in accordance with specification dated 02 June 2010 to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 325998. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. All capability packages must include: 1. Not to exceed fifteen (15) single-sided pages in length. 2. Include small business classification(s): (Small Business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.) 3. Address requirements in the attached statement of work. 4. Address Contract Structure: • Length of Contract o A bid schedule is attached to this posting to ascertain whether a contract should be one of the following:  Base year and four option years with EPA Clause (see below) effective in Option Period III and IV; OR  Base year and two option years without EPA Clause. • Economic Price Adjustment (EPA) o If base year and four option years is the preferred contract length, and EPA Clause would be included into the contract that would be effective in Option Period III and IV. Per FAR 16.203-4(a) an EPA clause is permitted when contracting by negotiation, and applies to standard supplies.  The Clause Structure would follow FAR 52.216-2 and DFARS PGI 216.203-4 (see EPA Clause attachment for clarification) • Alternative Solutions o The government would be open to alternative solutions that are submitted in regard to both contract length and the use of the Economic Price Adjustment Clause. 5. List references as well as demonstrate experience in conducting projects of similar size, scope, and complexity in the past 5 years. List sales history including recent commercial companies sold to determine commerciality of the procurement. 6. Demonstrate the management capability, corporate structure, and financial capability to meet the scope of this requirement. Note that any resulting solicitation under set-aside procedures will include FAR 52.219-14 Limitation on Subcontracting. The Government intends to consider all comments and the responsive capability statements when developing its final acquisition strategy and resulting RFP(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All interested parties should check back frequently for updates. Responses may be submitted electronically to the following e-mail address: Jennifer.Begg@wpafb.af.mil in a Microsoft word compatible format or mailed to 88 CONS/PKAA POC: Jennifer Begg, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 5:00 p.m. Eastern Daylight Time, 14 June 2010. Direct all questions concerning this acquisition to Jennifer Begg at 937.522.2277.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FY2011BulkRoadSalt/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02165920-W 20100604/100602234928-0fb9168b58bf11e809566d9ea85e9108 (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.