Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOLICITATION NOTICE

68 -- Dry Ice Delivery - Base +

Notice Date
12/8/2020 2:47:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0221Q0034
 
Response Due
1/7/2021 12:00:00 PM
 
Archive Date
01/22/2021
 
Point of Contact
Walter J Bischoff, Phone: 3604860707, Fax: 3604860787
 
E-Mail Address
walter.j.bischoff.civ@mail.mil
(walter.j.bischoff.civ@mail.mil)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. �OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. � This is solicitation, no. W81K0221Q0034; Purchase Request; 0011573902, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02.� The associated North American Industrial Classification System (NAICS) Code for this procurement is 325120; Size Standard for small business is 1,000 employees.� This RFQ is being issued as UNRESTRICTED. �This requirement is for Dry Ice which will be used in the shipment of Blood Products from the Laboratory Department, Blood Bank & Donor Center, located at Madigan Army Medical Center Tacoma WA.� SEE LINE ITEMS 0001 through 4005. Brand Name �Dry Ice Pellets� or Equal: Each on-site delivery will consist of 200 lbs. of Dry Ice. Pricing formula:� Per pound price x 200 1bs = 1 delivery. Base Year: Period of Performance:� 16 March 2021 � 15 March 2022���� ���Unit Price/ Per Delivery: ��������������������������������������������������������������������������������������������������������� ��� Line Item: 0001 Scheduled Delivery 200 lbs. - Donor Center������������� �QTY 52��� ����������� ���������� Line Item: 0002 Unscheduled Delivery 200 lbs. �Donor Center � ���������QTY 06��� ���������� � ���������� Line Item: 0003 Emergency Delivery and, or Same Day Fee����� ����������QTY 26��� ������������ ����������� Line Item: 0004 Scheduled Delivery 200 lbs.�Pathology ��� ������������������QTY 26��� ������������ ����������� Line Item: 0005 Unscheduled Delivery 200 lbs. � Pathology����� �������� QTY 06��������������� � Option Year (1): Period of Performance:� 16 March 2022 � 15 March 2023�������� Line Item: 1001 Scheduled Delivery 200 lbs. - Donor Center������������� �QTY 52��������������� ���������� Line Item: 1002 Unscheduled Delivery 200 lbs.� Donor Center� �������� QTY 06��� ���������� � ���������� Line Item: 1003 Emergency Delivery and, or Same Day Fee��������������� QTY 26��� ������������ ����������� Line Item: 1004 Scheduled Delivery 200 lbs.�Pathology ��������������������� QTY 26��� ������������ ����������� Line Item: 1005 Unscheduled Delivery 200 lbs. � Pathology����� �������� QTY 06��������������� � Option Year (2): Period of Performance:� 16 March 2023 � 15 March 2024 Line Item: 2001 Scheduled Delivery 200 lbs. - Donor Center������������� �QTY 52��������������� ���������� Line Item: 2002 Unscheduled Delivery 200 lbs.� Donor Center� �������� QTY 06��� ���������� � ���������� Line Item: 2003 Emergency Delivery and or, Same Day Fee��������������� QTY 26��� ������������ ����������� Line Item: 2004 Scheduled Delivery 200 lbs.�Pathology ��������������������� QTY 26��� ������������ ����������� Line Item: 2005 Unscheduled Delivery 200 lbs. � Pathology����� �������� QTY 06��������������� � Option Year (3): Period of Performance: 16 March 2024 � 15 March 2025 Line Item: 3001 Scheduled Delivery 200 lbs. - Donor Center�������������� QTY 52��������������� ���������� Line Item: 3002 Unscheduled Delivery 200 lbs.� Donor Center � ���������QTY 06��� ���������� � ���������� Line Item: 3003 Emergency Delivery and, or Same Day Fee��������������� QTY 26��� ������������ ����������� Line Item: 3004 Scheduled Delivery 200 lbs.�Pathology ��������������������� QTY 26��� ������������ ����������� Line Item: 3005 Unscheduled Delivery 200 lbs. � Pathology����� �������� QTY 06��������������� � Option Year (4):� Period of Performance: 16 March 2025 � 15 March 2026 Line Item: 4001 Scheduled Delivery 200 lbs. - Donor Center���� ������� �QTY 52��������������� ���������� Line Item: 4002 Unscheduled Delivery 200 lbs.� Donor Center� �������� QTY 06��� ���������� � ���������� Line Item: 4003 Emergency Delivery and, or Same Day Fee��������������� QTY 26��� ������������ ����������� Line Item: 4004 Scheduled Delivery 200 lbs.�Pathology ��������������������� QTY 26��� ������������ ����������� Line Item: 4005 Unscheduled Delivery 200 lbs. � Pathology����� �������� QTY 06��������������� � Dry Ice Salient Characteristics Contractor will provide dry ice pellets with following minimal dimensions, � in wide by 2 � in length. It will be manufactured the same day to avoid sublimation of any old dry ice. Delivery will be done prior to 1100. If delivery falls on a Federal Holiday, shipment must occur on the following weekday. The Government will provide a storage space and storage containers for the dry ice (two insulated containers available, each capable of holding 150lbs of nugget/pellet dry ice). The storage containers owned by the Government shall not leave the facility.� It is acceptable if the vendor wants to provide a storage container to swap out. EVALUATION OF FACTORS: Award will be made based on Lowest Price, Technically Acceptable. (LPTI) The evaluated price will be the total price of the quote, to include all fees as indicated installation and freight charges in the solicitation.� Technical Factor considerations are more important than Price.� Price will not be solely the determining factor, but must be determined to be fair and reasonable. � �� ������The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror�s - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1.� The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES�� 1.� Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply;� 52.204-24 Representation� Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; �52-211-6 Brand name or equal; �52.219-28 Post Award SB Program Re-representation;� 52.222-3 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 Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases;� 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims; 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.211-7003 Item Unique Identification and Valuation;� 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium;� 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments,� 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components. � The full text version of FAR provisions and clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following documents will be included as attachments to be completed and submitted with the solicitation package. Attachment # 1 Federal Registry (Information, read only). Attachment(s) # 2-3 FAR Section 889, Prohibition on Contracting with Entities, (Contractor Fill-In Letter). � All vendors will be required to submit invoicing through the on-line website Wide Area Work Flow Suite electronic invoicing system, known as WAWF. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . �**Offers are due by 07 January 2021 @ 12:00 Noon, Pacific Standard Time.*� �Submit signed and dated offers to include completed attached FAR 889 Letter to Walter Bischoff via email: walter.j.bischoff.civ@mail.mil.� All inquiries must be done by email, telephone conversations will not be accepted. **Note:� RFQ Offers must contain, the minimum information, to be considered and accepted; the Solicitation Number, Contractor�s Representative Name, Signature and Date, Cage Code & DUNS information and return of Attachment(s) # 2-3, in order to be considered for the award. � Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Branch, 673 Woodland Square Loop SE, Suite 101 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1cbc6a4e5ee0466b8fdea3e9f8c8815d/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN05869274-F 20201210/201208230143 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.