Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOLICITATION NOTICE

91 -- Microcrystalline Wax

Notice Date
6/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324199 — All Other Petroleum and Coal Products Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11T1032
 
Response Due
7/5/2011
 
Archive Date
9/3/2011
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - Yuma Proving Ground
(kimberly.ross3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 Effective 31 May 2011 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20110606 (Effective 06 June 2011) Edition. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. The solicitation is issued as a 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 324199 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Quotes are being solicited on a Lowest Price Technically Acceptable (LPTA) basis. Pursuant to FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The quotation shall consist of one Contract Line Item Number (CLIN): CLIN 0001, Quantity: 120,000, Unit of Issue: lbs, Description: Microcrystalline Wax #118P in granular form. This wax is used in munitions testing and must meet the following specifications, Melting point F/C, D 127 192 MIN 194/90, Penetration @77F/100F, D1321, 10 MAX 7, Color, ASTM D1500, 0.5 MAX, 1.05, Oil Content, WT%, D 721, 1.8 MAX, 0.5, Flash, PM F/C, D93, 500 MIN, 515/268, Viscosity, SUS, 210 F/98/9C, D2161, 90MIN, 99, Gravity, AP1, D 287, 34 MIN 36 MAX, 35, Odor, D 1833, 2 MAX, 1 Pound/Gallon AVG, D1250, 7.076, Specific Gravity, 0.849, Specification of product is required. All quotes shall include transportation costs to U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ 85365. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number #W9124R-11-T-1032 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than 05 July 2011 at 1:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 15 June 2011 at 8:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; (5) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (6) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Jun 2008) 52.212-3, Offorer Representations and Certifications Commercial Item (Jan 2011) with Alternate I (Apr 2002) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Jan 2011) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.232-36, Payment Third Party (Feb 2010) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS Provisions: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.212-7000 Offeror Representations And Certifications--Commercial Items (Jun 2005) 252.225-7020 Trade Agreements Certificate (Jan 2005) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2011) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) 252.225-7021, Trade Agreements (NOV 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) The following Local Clauses also applies: 5152.233-4000, HQ AMC Level Protest Program (Nov 2008) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7198a6afe11d87c78e6580ce8515d3ed)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02467811-W 20110610/110608235327-7198a6afe11d87c78e6580ce8515d3ed (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.