Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2011 FBO #3631
SOLICITATION NOTICE

68 -- Furnish and deliver bulk wet tons of sulfuric acid and sodium hydroxide

Notice Date
11/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 PO Box 36900 Billings MT 59107
 
ZIP Code
59107
 
Solicitation Number
R12PS60049
 
Response Due
12/2/2011
 
Archive Date
10/31/2012
 
Point of Contact
Amanda Somerville Contracting Officer 4062477797 ;
 
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
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In order to facilitate the electronic submission of quotations, Request for Quotation (RFQ) number R12PS60049 is being issued simultaneously to this announcement. Reclamation anticipates award of a contract to furnish and deliver of Sulfuric Acid and Sodium Hydroxide to the Leadville Mine Drainage Tunnel in Leadville, Colorado. The work under this combined synopsis / solicitation provides for the furnishing of all labor, materials, transportation, supplies (unless otherwise specified), equipment, supervision and other items and incidental services necessary to satisfactorily furnish and deliver Sulfuric Acid and Sodium Hydroxide. In accordance with the procedures in FAR Part 5 and 12, RFQ Number R12PS60049 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. The solicitation is being issued as full and open competition under the North American Industry Classification System (NAICS) Code 561730, Other Chemical and Allied Products Merchant Wholesalers. The applicable size standard is 100 employees. The resulting purchase order will be a firm-fixed price type. Line Item 0001 - Sulfuric Acid (approximately 585 wet tons) Commercial Grade, 93% by weight, 66 Bauma, 93.19% equivalent H2SO4, 1.8354 specific gravity at 60F, -17F/-27C freezing point. Line Item 0002 - Sodium Hydroxide (approximately 540 wet tons)Diaphragm Grade, 50% by weight, 50% liquid Caustic Soda meeting typical analysis listed in Statement of Work (SOW), 1.5410 specific gravity at 60F. F.O.B. Destination, Within Consignee's Premises The quantities specified in this notice are estimated quantities for the comparison of offers only Payment will be made for the actual quantities provided and no claim shall be made against the Government for overruns or underruns. 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 evaluation factors are past performance, company experience, and price; listed in order of importance. Company experience and past performance, when combined, are more important than price. The Government reserves the right to make award to other than the lowest offer if it is determined that the technical benefits of another offer justify its higher price. The Government also reserves the right to make award to the lowest price offer if it is determined that the price premium involved in awarding to a higher offer is not justified. STATEMENT OF WORKPROJECT TITLE: BULK CHEMICAL SUPPLY, LEADVILLE MINE DRAINAGE TUNNEL, LEADVILLE, COLORADO A. BACKGROUND Reclamation anticipates award to furnish and deliver approximately 585 wet tons of sulfuric acid (H2SO4) and approximately 540 wet tons of sodium hydroxide (NaOH) for water treatment at the Leadville Mine Drainage Tunnel (LMDT). The LMDT is located in Lake County at 749 Hwy 91 N., Leadville, Colorado. PRE-QUOTE SITE VISIT: AN ORGANIZED SITE VISIT IS SCHEDULED FOR TUESDAY NOVEMBER 15, 2011 AT 10:30 AM. CONTRACTORS SHOULD MEET AT: Leadville Mine Drainage Tunnel749 Highway 91 N.Leadville, Colorado 80461 Interested contractors shall make arrangements to attend the pre-quote site visit by contacting Jenelle Ortiz at 719-486-2035, no later than 5:00 pm on Tuesday, November 8, 2011. All visitors must provide a black and white copy of valid identification, driver's license or other approved identification no later 5 pm (Mountain Standard Time), Tuesday, November 8, 2011. B. SCOPE OF WORKThe contractor shall furnish and deliver all labor, materials, transportation, supplies, equipment and supervision to satisfactorily furnish and deliver approximate quantities of sulfuric acid and sodium hydroxide to the LMDT within the times specified and follow all safety regulations. PERIOD OF PERFORMANCEIt is anticipated the term of the contract shall take place from January 1, 2012, through December 31, 2012. NORMAL HOURS. Deliveries shall be made during normal business hours, 6:30 am - 7:00 am or between 9:00 am and 2:00 pm Monday through Thursday, holidays excepted. However, the above hours may be flexible at the discretion of the Contracting Officer (CO) or LMDT staff. RECOGNIZED HOLIDAYS. The contractor is not required to provide service on recognized Federal holidays established by Federal law (5 U.S.C. 6103). A schedule of the recognized holidays can be found at the following website: http://www.opm.gov/Operating_Status_Schedules/fedhol/2012.asp. C. CHEMICAL SPECIFICATIONS Contractor shall furnish and delivery approximately 585 wet tons of bulk sulfuric acid and approximately 540 wet tons of sodium hydroxide, meeting the following specifications:SULFURIC ACID, Commercial Grade, 93% by weightStrength: 66 BaumaPercent Equivalent H2SO4: 93.19%Specific Gravity at 60oF: 1.8354Approximate freezing point: -17oF/ -27oCNo Impurities presentQuantity: 585 wet tons SODIUM HYDROXIDE, Diaphragm Grade, 50% by weight 50% liquid Caustic Soda meeting typical analysis listed belowSpecific Gravity at 60o F: 1.5410Quantity: 540 wet tons DIAPHRAGM GRADE TYPICAL ANALYSISTYPICAL SPECSHydroxide Alkalinity as NaOH49.5-50.8%49.00-51.00%Total Alkalinity as Na2O38.0-39.6% 38.00-39.60%Sodium Carbonate (Na2CO3)0.10-0.20%0.20% maximumSodium Chloride (NaCl)1.00-1.09%1.10% maximumSodium Sulfate (Na2SO4)0.01-0.02%0.02% maximumSodium Chlorate (NaClO3)0.10-0.15%0.35% maximumIron (Fe)2-4 mg/L7 mg/L maximumCalcium (as CaO)-7 mg/L maximum DIAPHRAGM GRADE TYPICAL ANALYSIS TYPICAL SPECSMagnesium (as MgO)-10 mg/L maximumAluminum (as Al2O3)-3 mg/L maximumManganese (Mn)-1 mg/L maximumCopper (Cu)-1 mg/L maximumNickel (Ni)-1 mg/L maximumMercury (Hg)-none detectibleSilicon (as SiO2)-0.02% maximumLead (Pb)-none detectableArsenic (as As2O3)-none detectableSodium Azide (NaN3)-none present D.DELIVERY CRITERIA1.Deliveries will be scheduled by verbal request from Reclamation LMDT personnel. Contractor will be given 5-7 days notice prior to date of expected delivery. 2.Contractor shall deliver chemical shipments to Reclamation's LMDT water treatment plant, 749 North Highway 91, Leadville, CO 80461. Facility telephone number is 719-486-2035. Deliveries shall be made during normal business hours, between 6:30 am and 7:00 am or between 9:00 am and 2:00 pm; holidays excepted. 3.Reclamation requires that the day before delivery, (or at earliest possible opportunity prior to delivery), contractor shall fax or email copies of the following documents to LMDT:a.Certificate of Analysis for the load being shippedb.Bill of Lading and weight ticket, clearly bearing shipper and carrier namesc.Name of driver and legible copy of Driver's Licensed.Identification company name and identifying numbers present on truck and trailer, and license plate numbers of eache.Custody seal numbers for all valves and access hatch doors on trailer tankf.Departure time and expected arrival time at LMDTIf this information is not provided and delivery arrives at the treatment facility, load will be refused and sent back to contractor - NO EXCEPTIONS 4.Contractor shall be responsible for providing a typical Certificate of Analysis and MSDS for each chemical being delivered which meets the specifications requested in this Statement of Work within 10 days of contract award. MSDS will be kept on file but should be available in truck for driver at all times. Certificate of analysis for load being delivered must also be provided for each delivery. DELIVERY REQUIREMENTS OF TRUCKING COMPANY WHEN AT RECLAMATION FACILITY1.Drivers must be prepared to provide a drivers license, proof of insurance, and all training certifications which pertain to hauling of hazardous chemicals at delivery to LMDT. 2.Before the chemical truck is permitted to unload, driver shall don appropriate Personal Protective Equipment (PPE) and shall obtain a sample of the product from top hatch of tank. Reclamation will test the product to confirm that the product received is correct. While testing is in progress, bill of lading, custody seal numbers, certificate of analysis, driver's license, tractor and trailer license plates and identification numbers and trucking company's name as it appears on shipping papers and on truck and trailer will be confirmed by a Reclamation employee. 3.Contractor is responsible to ensure that appropriate PPE is provided to drivers and it meets OSHA requirements. Driver must be trained in the use of PPE and if driver fails to comply with Health and Safety requirements of the Reclamation facility by not wearing protective apparel, driver will not be permitted to unload. Reclamation expects at a minimum driver shall don a suit which is impermeable and protective from acid or caustic; boots and gloves of such material and construction as to be impermeable and protective from acid or caustic; hard hat with face shield and goggles in such configuration as to protect exposed skin from splashes, leaks, or other exposure to acid or caustic. Reclamation reserves the right to refuse delivery if the driver's PPE, upon inspection, does not meet Health and Safety requirements. Contractor may obtain applicable Health and Safety reference documentation from Reclamation Safety and Health Standards (RSHS) at http://www.usbr.gov/ssle/safety/RSHS/rshs.html 4.Once product testing is complete and product is confirmed correct, the driver shall conduct unloading operations. Reclamation will provide plant compressed air and off-loading pump on site for removal of product from trailer. SAFETY AND HEALTHThe contractor shall provide a written, SITE SPECIFIC, Safety Program which is acceptable to Reclamation. The Safety Program shall address topics pertaining to the contractor's specific work at this Reclamation facility. The Safety Program must include but is not limited to the following elements: a.Safety Program shall be consistent with applicable topics covered by RSHS Sections 3-Contractor Requirements, 7- Occupational Health, 8- Personal Protective Equipment, and 21 - Hazardous Waste Site Operations, and include program elements required by the OSHA standards for transportation, delivery, handling, and offloading of hazardous chemicals. Contractor may refer to RSHS Appendix B Program Outline as a general template from which applicable topics may be applied in Safety Program. b.Due to the nature of the work to be conducted, the written Program shall include contractor's standards for :a.Hazard Communicationb.Personal Protective Equipment, specific to sulfuric acid and sodium hydroxide which driver shall be required to use during sampling and unloading chemicals at LMDT site and documenting employee training on PPE and hazardous chemical handling and transportationc.Provisions for spill containment and mitigation, equipment available on truck to control hazards during off loading.d.Assurance that dedicated transport trailers shall be used for each chemicalThe contractor shall be responsible for ensuring that subcontractors comply with the requirements set forth in this statement of work, the regulatory standards and the industry standards incorporated by reference. The RSHS is available at http://www.usbr.gov/ssle/safety/RSHS/rshs.html The OSHA standards are available at www.osha.gov. OSHA standards in 29 CFR 1910 and 1926 apply to the work within the scope of this Contract. E. SUBMITTALS Send required submittal to the following addresses:"CO: Bureau of Reclamation, Attn: Amanda Somerville, PO Box 36900, Billings, MT 59107"LMDT: Bureau of Reclamation; Leadville Mine Drainage Tunnel; Attn: Jenelle Ortiz;, 749 North Highway 91, Leadville, CO 80461. Time required for review of submittals:"Submittal review will require 10 days for review of each submittal or resubmittal, unless otherwise specified. Time required for review of each submittal or resubmittal begins when complete sets of materials required for a particular RSN are received, and extends through the return mailing postmark date. If a submittal is not adequate as submitted, the deficiencies will be identified to the contractor in writing. The contractor shall correct all identified deficiencies and submit a corrected contractor submittal. Reclamation reserves the right to coordinate a site visit at the contractor's plant or warehouse storing the chemicals. RSNClause Or Section TitleSubmittals RequiredDue date or delivery timeNo. of sets to be sent to:COLMDT1Insurance - Work on a Government Installation52.228-05Written certification that the required insurance has been obtainedWithin 10 calendar days after contract award102Liability Insurance1452.228-70Acceptable certificate of liability insuranceWithin 10 calendar days after contract award103Hazardous Material Identification and Material Safety Data52.223-03 A1Certificate of Analysis and MSDS for each chemical (Sulfuric Acid and Sodium Hydroxide)Within 10 days of contract award and continuously for new hazardous materials114Reporting Requirements52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards at http://www.fsrs.govBy the end of the month following the month of award of a subcontract with a value of $25,000 or more.105Safety and Health-Bureau of ReclamationWBR 1452.223-81Safety Program including all requirements listed in Section E of this SOWWithin 10 calendar days after contract award11 The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http://www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-53. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS52.202-01, Definitions52.204-04, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper52.209-05, Certification Regarding Responsibility Matters52.211-16, Variation in Quantity52.212-01, Instructions to Offerors--Commercial Items52.212-02, Evaluation - Commercial Items52.212-03, Offeror Representations and Certifications - Commercial Items52.212-04, Contract Terms and Conditions--Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial ItemsSpecific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.203-06, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-08, Utilizing of Small Business Concerns; 52.219-14; Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-03, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-05, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration; 52.233-03, Protest After Award; and 52.233-04, Applicable Law For Breach of Contract Claim52.223-03 A1, Hazardous Material Identification and Material Safety Data - Alternate I52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification52.232-08, Discounts for Prompt Payment52.237-01, Site Visit52.237-02, Protection of Government Buildings, Equipment, and Vegetation52.242-15, Stop-Work Order52.246-02, Inspection of Supplies - Fixed Price52.246-16, Responsibility for Supplies52.247-35, F.O.B Destination, Within Consignee's Premises52.252-02, Clauses Incorporation By Reference52.252-05, Authorized Deviations in Provisions DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION1452.215-71, Use and Disclosure of Proposal Information--Department of the Interior1452.228-70, Liability Insurance -- Department of the InteriorDIAPR 2010-14, Contractor Performance Assessment Reporting System RECLAMATION ACQUISITION REGULATIONET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation ContractorsGP-1, Identification of Correspondence GP-2, Government Administration Personnel GP-3, Contractor's Administration Personnel WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services -- Bureau of ReclamationWBR 1452.223-81, Safety and Health - Bureau of ReclamationWBR 1452.222-80, Notice of Applicability-Cooperation with Authorities and Remedies - Child Labor - Bureau of ReclamationWBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of ReclamationWBR 1452.237-80, Security Requirements--Bureau of Reclamation (DEVIATION) Quotes are due no later than Friday, December 2, 2011 by 2:00 p.m. Mountain Standard Time. All responsible sources who submit a timely quote will be considered for award. Quotes may be submitted electronically, e-mailed to ASomerville@usbr.gov, or faxed to 406-247-7798. For further information, vendors may contact Amanda Somerville at 406-247-7797 or ASomerville@usbr.gov. NOTE 1 - CCR: Effective October 1, 2003, any contractor interested in doing business with the federal government must be actively registered in the Central Contractor Registration. Contractors may register at http://www.ccr.gov. NOTE 2 - ORCA: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the government must complete their representations and certifications online. All representations and certifications, which use to appear in Section K, are now located online. To complete the online representations and certifications, contractors shall register in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58e5e0b256acd68e5a82777d8e3fd3ea)
 
Place of Performance
Address: Eastern Colorado Area Office, Leadville Mine Drainage Tunnel, Leadville, Colorado (Lake County)
Zip Code: 80461
 
Record
SN02615583-W 20111103/111101233909-58e5e0b256acd68e5a82777d8e3fd3ea (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.