Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

68 -- Sources Sought Announcement - Pool Chemicals (Calcium Hypochlorite)

Notice Date
1/13/2020 10:25:37 AM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
 
ZIP Code
22134-5028
 
Solicitation Number
M00264-20-SSA-0002
 
Response Due
1/22/2020 7:00:00 AM
 
Archive Date
02/06/2020
 
Point of Contact
Jeffrey Sisk, Phone: 7037843563, Monica L. Curley, Phone: 703-432-1668
 
E-Mail Address
jeffrey.a.sisk@usmc.mil, monica.curley@usmc.mil
(jeffrey.a.sisk@usmc.mil, monica.curley@usmc.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT � CONTRACTING OFFICE ADDRESS:� Marine Corps Installations � National Capital Region, Regional Contracting Office (MCI-NCR, RCO), Marine Corps Base Quantico, Virginia 22134 � INTRODUCTION: � This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The MCI-NCR RCO is seeking information for potential sources for support services to be provided by the Contractor to Supply 14,250 lbs. of Calcium Hypochlorite to maintain proper PH levels and sanitize the water in the base pool for the 2020 season.� The current system utilizes the PPG 3� Accu-Tab SI Tablets with Scale Inhibitor.� The location of supplies needs to be delivered to Recreation facilities located at 3252 Barnett Avenue Quantico, Virginia 22134. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� CONTRACT/PROGRAM BACKGROUND: � Contract Number: Previously procured via GCPC. No history provided. The solicitation and award to follow are prohibited from using the GCPC as a method of payment and invoices will be required to be submitted via the Wide Area Work Flow (WAWF) in accordance with DFARS 252.232-7006. Contract Type:�� FFP Method of previous acquisition:� Previous purchase has been made without a contract � � � � � � Brief description of the current program/effort: The Operation of Recreation Facilities at Quantico Marine Corps is requesting an initial delivery of 3690 pounds of Calcium Hypochlorite on the initial delivery and 4 additional deliveries of 2640 pounds each, to be delivered throughout the 2020 season.� Anticipated Timeframe: 31 March 2020 to 01 September 2020 Delivery 1 � 31 March 2020 Delivery 2 -� 1 June 2020 Delivery 3 -� 1 July 2020�������� Delivery 4 -� 1 August 2020 Delivery 5 -� 1 September 2020 Place of Delivery: 3252 Barnett Avenue Quantico, Virginia 22134 REQUIRED CAPABILITIES: The current pool system is set up to utilize PPG 3� Accu-Tab SI Tablets with Scale Inhibitor to disperse the Calcium Hypochlorite. The Government requires calcium hypochlorite tablets in order to maintain accurate levels of chlorine in the installation�s community pool system. Other brands and sizes may be considered acceptable. Interested vendors are hereby requested to provide manufacturer brand name, size of tablets, unit of issue (bucket, pallet, etc.) breakdown, and complete product description. 14,250 lbs. of Calcium Hypochlorite is required. Interested vendors shall provide complete details on available product in tablet form, size of tablet, and availability of tablets in buckets (quantity per bucket/pounds per bucket).� Interested vendors are encouraged to include a copy of the product�s Material Safety Data Sheet (MSDS) with the response to this Sources Sought Notice. Current pool information: Olympic size pool 750,000 gallons Interested vendors are encouraged to provide recommendations on Calcium Hypochlorite usage and best practices.� Questions are permitted to assist on defining this requirement. SPECIAL REQUIREMENTS The contractor shall ensure adherence to personnel security requirements in accordance with DoD 5200.2, DoD Personnel Security Program, DoD 5200.1-r, DoD Personnel Security Program, and DoD 5200.1R, DoD Information Security Program Regulation. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 325998 � all Other Miscellaneous chemical Product and Preparation Manufacturing.� To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses must include: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) � Vendors who wish to respond to this sources sought should send responses via email NLT 10:00 AM eastern Daylight Savings Time (EDT), January 22 2015 to Jeffrey Sisk at jeffrey.a.sisk@usmc.mil.� Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in the Required Capabilities paragraph above. � Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing responses will have signed non-disclosure agreements and understand their responsibility for SOURCES SOUGHT ANNOUNCEMENT � CONTRACTING OFFICE ADDRESS:� Marine Corps Installations � National Capital Region, Regional Contracting Office (MCI-NCR, RCO), Marine Corps Base Quantico, Virginia 22134 � INTRODUCTION: � This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The MCI-NCR RCO is seeking information for potential sources for support services to be provided by the Contractor to Supply 14,250 lbs. of Calcium Hypochlorite to maintain proper PH levels and sanitize the water in the base pool for the 2020 season.� The current system utilizes the PPG 3� Accu-Tab SI Tablets with Scale Inhibitor.� The location of supplies needs to be delivered to Recreation facilities located at 3252 Barnett Avenue Quantico, Virginia 22134. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� CONTRACT/PROGRAM BACKGROUND: � Contract Number: Previously procured via GCPC. No history provided. The solicitation and award to follow are prohibited from using the GCPC as a method of payment and invoices will be required to be submitted via the Wide Area Work Flow (WAWF) in accordance with DFARS 252.232-7006. Contract Type:�� FFP Method of previous acquisition:� Previous purchase has been made without a contract � � � � � � Brief description of the current program/effort: The Operation of Recreation Facilities at Quantico Marine Corps is requesting an initial delivery of 3690 pounds of Calcium Hypochlorite on the initial delivery and 4 additional deliveries of 2640 pounds each, to be delivered throughout the 2020 season.� Anticipated Timeframe: 31 March 2020 to 01 September 2020 Delivery 1 � 31 March 2020 Delivery 2 -� 1 June 2020 Delivery 3 -� 1 July 2020�������� Delivery 4 -� 1 August 2020 Delivery 5 -� 1 September 2020 Place of Delivery: 3252 Barnett Avenue Quantico, Virginia 22134 REQUIRED CAPABILITIES: The current pool system is set up to utilize PPG 3� Accu-Tab SI Tablets with Scale Inhibitor to disperse the Calcium Hypochlorite. The Government requires calcium hypochlorite tablets in order to maintain accurate levels of chlorine in the installation�s community pool system. Other brands and sizes may be considered acceptable. Interested vendors are hereby requested to provide manufacturer brand name, size of tablets, unit of issue (bucket, pallet, etc.) breakdown, and complete product description. 14,250 lbs. of Calcium Hypochlorite is required. Interested vendors shall provide complete details on available product in tablet form, size of tablet, and availability of tablets in buckets (quantity per bucket/pounds per bucket).� Interested vendors are encouraged to include a copy of the product�s Material Safety Data Sheet (MSDS) with the response to this Sources Sought Notice. Current pool information: Olympic size pool 750,000 gallons Interested vendors are encouraged to provide recommendations on Calcium Hypochlorite usage and best practices.� Questions are permitted to assist on defining this requirement. SPECIAL REQUIREMENTS The contractor shall ensure adherence to personnel security requirements in accordance with DoD 5200.2, DoD Personnel Security Program, DoD 5200.1-r, DoD Personnel Security Program, and DoD 5200.1R, DoD Information Security Program Regulation. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 325998 � all Other Miscellaneous chemical Product and Preparation Manufacturing.� To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses must include: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) � Vendors who wish to respond to this sources sought should send responses via email NLT 10:00 AM eastern Daylight Savings Time (EDT), January 22 2015 to Jeffrey Sisk at jeffrey.a.sisk@usmc.mil.� Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in the Required Capabilities paragraph above. � Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. � proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74882631d9474bacb855d04f779f1c20/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN05533588-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.