Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOLICITATION NOTICE

68 -- De-Icer Fluid

Notice Date
3/13/2012
 
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, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0077
 
Archive Date
4/12/2012
 
Point of Contact
Martin S. McIntosh, Phone: 240-612-5662, Rhonda Coles, Phone: 240-612-5647
 
E-Mail Address
martin.mcintosh@afncr.af.mil, rhonda.coles@afncr.af.mil
(martin.mcintosh@afncr.af.mil, rhonda.coles@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is F1D1092011A001. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47, Defense Acquisition Circular (DAC) DPN20101216, and Air Force Acquistion Circular (AFAC) 2010-1027. This requirement is set aside 100% for small business. The North American Industry Classification System code is 325199, with a business size standard of 1000 employees. CONTRACT LINE ITEM NUMBERS: 0001: Five (5) deliveries of 3,590 gallons (total 17,950 Gals) of de-icer fluid aircraft lavatory in accordance with the attached Performance Work Statement (PWS). Period of performance shall be 12 months beginning 31 March 2012 thru 30 March 2013. Only written responses will be considered. Required delivery is located at Pearl Harbor Gate at Andrews AFB, MD 20762. The first installment needs to be delivered on or about 31 March 2012. FOB is destination and the resulting contract will be a firm fixed price. Basis for award is Lowest Price Technically Acceptable (LPTA). Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. In addition, the government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the proposal (quote) closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Oct 2010) or be registered with ORCA at http://orca.bpn.gov/, DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Dec 2009) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors - Commercial Items (Jun 2008), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010), is incorporated into this RFQ. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Oct 2010) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside (Jun 2003); 52.222-3, Convict Labor (June 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); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6 Authorized Deviations in Clauses (Apr 1984). The following DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2010) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 52.203-3 Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Programs (Jun 2009); 252.232-7003, Electronic Submission of Payment Request (Mar 2008); 252.247-7023, Transportation of Supplies by Sea (MAY 2002), Alternate III (MAY 2002). DFARS 252.204-7004 Alternate A (Sep 2007) and DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) are also applicable. In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All offers must be received no later than Wednesday 28 March 2012, 12:00 p.m. Eastern Standard Time(EST) and must be able to respond to the information contained herein. Offers must be emailed or faxed to 11th Contracting Squadron to martin.mcintosh@afncr.af.mil, ATTN: A1C Martin McIntosh, fax number (240) 612-2176, Quotations should meet all instructions put forth in this combined synopsis/solicitation. All questions must be submitted, via email, no later than Monday 19 March 2012, 12:00 p.m. EST. -------STATEMENT OF WORK------------- DELIVERY OF DE-ICER FLUID 1.1 Scope. Purchase a total of 17,950 gallons of GSA approved pre-mixed anti-icing fluid/to water delivered as requested in 5 deliveries of 3,590 gallons each within seven (7) days of request. Request two (2) deliveries of 50/50 mix between the months of 1 May-31 October and three (3) deliveries of 70/30 mix between 1 Nov - 30 April. Deicer is to be used to clean and fill aircraft lavatory systems. Deicer must be in compliance with all Federal, State and commercial standards and satisfy current ANCI 24-101 Volume 10 requirements as identified. A. Cryotech E36 Lavatory Antifreeze B. Iceclear LF (Aircraft Lavatory Liquid) 1.2 Service Description. The driver shall deliver & pump fluid into a Government furnished tank upon each 3,590 gallon delivery within 7 days of request. 89th APS will request delivery as needed. 1.3 Delivery Instructions. The Contractor shall deliver as instructed below: Delivery hours: 0600-1800 Delivery gate: Pearl Habor Gate at Joint Base Andrews, MD Delivery POC's: TSgt Travis Farmer 301-981-2666 or SSgt. Alfred Bolden 301-981-5522. Driver shall call the POC's listed above 30 minutes before arriving at Joint Base Andrews for delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0077/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02695254-W 20120315/120313235321-816e46edcb6ea713c736b2d7cbaafdb9 (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.