Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2015 FBO #5132
MODIFICATION

66 -- Laboratory Chemical Supplies: Inorganic & Organic - Amendment 2

Notice Date
12/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
325180 — Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B022
 
Archive Date
2/24/2015
 
Point of Contact
Kenneth H. Carpenter, Phone: 3214947041, Tricia Hatcher, Phone: 32149491475
 
E-Mail Address
kenneth.carpenter.1@us.af.mil, tricia.hatcher@patrick.af.mil
(kenneth.carpenter.1@us.af.mil, tricia.hatcher@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA2521-15-Q-B022 Chemical List price worksheet - 8 Dec 15 10 Dec 15: Combined Synopsis/Solicitation Amendment #2. The amendment contains all pertinent information from the original combined synopsis/solicitation and admendment #1. ------------------------------------------------------ Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) Amendment #2: 8 Dec 2015 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. The solicitation number FA2521-15-Q-B022 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 (effective 4 Dec 2015). This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 325180 with a size standard of 1,000 Employees. DESCRIPTION OF AGREEMENT The Contractor shall furnish the product(s) as described in general terms below and listed on an approved price list which states the effective period of the prices and expiration period. 1. SUPPLIES TO BE FURNISHED: Organic and inorganic laboratory chemicals; prices inclusive of all delivery costs (FOB Destination). - The attachment file entitled "FA2521-15-Q-B022 Chemical List price worksheet - 8 Dec 15.xlsx" contains the 132 contract line item numbers of organic and inorganic chemicals. - Shipping requirement: the chemicals cannot be shipped in vermiculite packaging. - Size requirement: the chemical sizes/quantities must be the exact size/quantity listed due to storage/safety restrictions. NOTE: if the exact size/quantity cannot be supplied, then do not quote that item and mark the price worksheet with an "N/A" in the item's unit cost column. 2. EXTENT OF OBLIGATION: The Government is only obligated to the extent of calls actually placed against this BPA by authorized personnel. 3. PRICING: Prices quoted to the Government must be as low as or lower than those charged your most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts or prompt payment discount. Pricing includes all delivery costs (FOB Destination). 4. PURCHASE LIMITATION: No individual call shall be placed by the Government or accepted by the Contractor that exceeds $25,000.00 without the approval of contracting personnel. Calls shall generally be made verbally, except in that informal correspondence may be used where determined by the Contracting Officer to be more convenient. 5. NOTICE OF AUTHORIZED CALLERS AND DOLLAR LIMITATIONS: The Contracting Officer will give the Contractor a listing indicating the name, organization, and dollar limitation for those positions that are authorized to place calls. If a call is not made by an individual listed on the authorized list, the call will be at the sole responsibility of the contractor. 6. DELIVERY TICKETS: All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: - Name of Contractor - BPA Number - Date of Call - Call Number - Itemized list of supplies furnished - Quantity, Unit Price, and Extended Price of each item, less applicable discounts - Date of delivery or shipment 7. PAYMENT: Payment will be made by the Government Commercial Purchase Card under authority FAR 52.232-36 8. CANCELLATION: BPA may be discontinued upon thirty (30) days written notice by the vendor or the government. Estimated Period of Performance: 5 Years from BPA effective date. Delivery location: Patrick AFB, FL 32925; the exact delivery location will be identified when the call is placed. FAR Provision 52.212-1, Instructions to Offerors - Commercial (Oct 2015) applies to this acquisition and the following addendum applies: paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." (b) to assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions and representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. The response shall consist of a completed and signed "FA2521-15-Q-B022 Chemical List price worksheet - 8 Dec 15.xlsx" and the requested information identified in this combined synopsis solicitation. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by fax to 321-494-1843, or by mail to 45 CONS/LGCB Attn: FA2521-15-Q-B022 1201 Edward H. White II Street, Bldg. 423, Room N206 Patrick AFB, FL 32925-3238 RFQ due date: 31 Dec 2015 RFQ due time: 03:00 PM EST All questions regarding this solicitation must be e-mailed at 45cons.lgcb.e-bids@us.af.mil by 1:00 pm on 17 Dec 2015. DUNS Number:________________ Cage Code:________________ Tax ID Number:________________ *Number of Employees:________________ *Total Yearly Revenue:________________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time After Receipt of Order: ________________ Payment Terms: ________________ Warranty: ________________ All companies must be registered in the System for Award Management Database at www.sam.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. A BPA is a charge account type instrument which will permit selected activities to place orders directly with the BPA holders using the established price lists. These agreements will establish a procedure for the fulfillment of anticipated repetitive requirements from the BPA holders. In order for this organization to establish BPAs, we request that you furnish us with a price list. Your price list must have an effective date and an ending date. The Contracting Officer will approve the price list and a copy will be furnished to the using activity/activities. This shows the approved amounts that can be paid to you for chemical supplies. A list of authorized callers, by position, will be furnished to you from time to time and only those positions listed are authorized to place calls. It is your responsibility to ensure only calls from authorized individuals are accepted. FAR Provision 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602, BPA award(s) will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. The Government may award Multiple BPAs (up to a maximum of three BPAs) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government. A notice will be provided to the offeror(s) receiving a BPA. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2015), with its Alternate I, applies to this acquisition. All vendors must be registered in the System for Award Management (SAM) (https://www.sam.gov) at the time of quote submittal. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV)(Jul 2014) applies to this acquisition. DFARS provision 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2016-O0003)(Oct 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS Clause 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2016-O0003)(Oct 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016, (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. FAR Clauses/Provisions: 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 1995) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-7 Information Regarding Responsibility Matters (Jul 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), with Alternate I (Nov 2011) 52.219-8 Utilization of Small Business Concerns (Oct 2014) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.219-14 Limitations on Subcontracting (Nov 2011) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37 Employment Reports on Veterans (Oct 2015) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-36 Payment by Third Party (May 2014) 52.232-40 Providing Accelerated Payments to Small Business subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS Clauses/Provisions: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Aug 2015) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Sep 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Nov 2014) 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial items (Jun 2013) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) AFFARS Clauses/Provisions: 5352.201-9101 Ombudsman (Apr 2014) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. Clauses/Provisions requiring offeror response to solicitation: FAR provision 52.225-18, Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) DFARS Provision 252.209-7991 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2016 Appropriations (DEVIATION 2016-00002)(OCT 2015) (a) In accordance with section lOl(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-06-18 15:05:43">Jun 18, 2015 3:05 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-12-10 08:40:39">Dec 10, 2015 8:40 am Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B022/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03967105-W 20151212/151210235100-7746ffd05e7f2ffe2f82acf0ad75fa49 (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.