Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

68 -- Sources Sought for Chemicals

Notice Date
2/22/2021 1:06:00 PM
 
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
M00264-21-SSA-0004
 
Response Due
1/14/2021 8:00:00 AM
 
Archive Date
03/18/2021
 
Point of Contact
Kevin D. Guertin, Phone: 7037842808
 
E-Mail Address
kevin.guertin@usmc.mil
(kevin.guertin@usmc.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT (M00264-21-SSA-0004) DISCLAIMER: THIS SOURCES SOUGHT IS FOR MARKET RESEARCH AND DATA GATHERING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS OR QUOTES. 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. � 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 large and small businesses to provide the required products and/or services. The MCINCR-RCO is seeking information for potential sources for support services to be provided by the Contractor to deliver/supply the below listed chemicals to locations aboard Marine Corps Base Quantico, Virginia.� Sodium Hypochlorite Description/Specification: PRODUCT: -Acceptable minimum content of 12.5% not to exceed 15% liquid bleach �TRANSPORTATION: - Contractor shall ensure that the shipment will be made in tank trucks that meets all Federal, State, and local instruction/regulation/guidance; whichever is most stringent. - Contractor shall have a 1 1/1� cam-lock fitting hookup mechanism on tank truck. - Contractor shall deliver shipments of no less than 1000 gallons per load or as required for each order. Delivery: -Contractor shall provide a Certificate of Analysis, certifying the product furnished complies with all applicable requirements of the (AWWA) B403-03 for treatment of potable water systems and is also certified by the National Sanitary Federation (NSF) as meeting standard 60. -SEE �DELIVERY (ADDITIONAL)� Liquid Aluminum Sulfate Description/Specifications: PRODUCT: -Acceptable minimum content of active chemical shall be 8.0 % by weight Aluminum Oxide with no more than .15 % free Aluminum Oxide. Maximum content of active chemical shall be 8.4% by weight Aluminum Oxide to avoid crystallization. -Acceptable Aluminum Sulfate solution strength shall be between 48% and 52%. -Shall be the �Basic Commercial Grade� meeting the above chemical analysis and physical description.� -Product shall conform to the requirements of American Water Works Association (AWWA) B403-03, or latest version. �TRANSPORTATION: - Contractor shall ensure that the shipment will be made in tank trucks that meets all Federal, state, and local instruction/regulation/guidance; whichever is most stringent.� -� Contractor shall have the capability to transport at least 4500 Gallons and have the capacity to off load into a 6,000 gallon and 12,000 gallons. -� Contractor shall ensure tank trucks have a 2� and a 4� pump fill hookup to off load. DELIVERY: -Contractor shall provide a Certificate of Analysis, certifying the product furnished complies with all applicable requirements of the (AWWA) B403-03 for treatment of potable water systems and is also certified by the National Sanitary Federation (NSF) as meeting standard 60. -SEE �DELIVERY (ADDITIONAL)� Anionic Polymer: Description/Specifications: PRODUCT: - Anionic Flocculent Polymer. - Shall be a highly charged anionic polymer in dispersion. - Acceptable is a total solid content of 5055%, a specific gravity (neat) of 1.1, a freezing point of 7 degrees F and a PH of 0.4% solution 5-7 S.U. - Contractor must meet ISO Manufacturing Standards; this would require them to be a registered ISO 9001-200 registered contractor. TRANSPORTATION: No Special requirements DELIVERY: All containers shall: (1) be labeled in accordance with Federal and State Regulations; (2) b clean and free of damage or stains; and (3) sealed to prevent spillage. Containers must meet the physical constraints of the plant�s storage area (irregular room of less than 100 square feet and door size of 70 X 7 inches). Polymer must be delivered in 267 gallon totes� that reduce labor, waste production, and feed from returnable containers supplied by the contractor. The Contractor shall be required to pick up empty delivery totes as they are delivering new ones as this is an industry standard. -SEE �DELIVERY (ADDITIONAL)� - Test results not required - 14 Days not 5 days from order to delivery.� � Cationic Polymers Description/Specifications: PRODUCT: - Acceptable is a solids capture rate of greater than 95 % including a maximum concentrate of 800mg/L ( Milligrams per Liter). - Acceptable product produce a dewater sludge cake with a minimum of 23 % solids. - Acceptable product shall be ready to use, pre-mixed liquid, compatible with the existing plant equipment ( Moyno sludge pumps, Stranco polyblend polymer mixer/feeders and Centris centrifuges). The contractor shall provide with the feed locations (at tube to centrifuge or at the Moyno pump); and dosing application that allows feeding of up to two (2) centrifuges from one (1) polymer feeder without modifications. - Contractor must meet ISO Manufacturing Standards; this would require them to be a registered ISO 9001-200 registered contractor. TRANSPORTATION: No Special requirements DELIVERY: All containers shall: (1) be labeled in accordance with Federal and State Regulations; (2) b clean and free of damage or stains; and (3) sealed to prevent spillage. Containers must meet the physical constraints of the plant�s storage area (irregular room of less than 100 square feet and door size of 70 X 7 inches). Polymer must be delivered in 275 gallon totes that reduce labor, waste production, and feed from returnable containers supplied by the contractor. The Contractor shall be required to pick up empty delivery totes as they are delivering new ones as this is an industry standard. -SEE �DELIVERY (ADDITIONAL)� - Test results not required - 14 Days not 5 days from order to delivery.� Acetic Acid Description/Specifications: PRODUCT: - Acceptable is with a minimum content between 69% to 71% for the acid and water between 29% to 31%. TRANSPORTATION: -Contractor shall ensure that up to 4,800 gallons of Acetic Acid is bulk delivered by tank truck on each delivery and loaded into a 6,000 gallon-tank. -The Contractor shall ensure tank trucks has 2� fill hookup to offload.� DELIVERY: -The tank truck shall be capable of offloading the Acetic Acid into a 6000 gallon tank. -SEE �DELIVERY (ADDITIONAL)� - Delivery date to be no less than 5 days GENERAL/APPLICABLE TO ALL ITEMS LISTED ABOVE: SPECIAL INSTRUCTIONS (HAZARDOUS MATERIAL): - MSDS/SDS shall be provided for each delivery. - The material shall be properly identified with any identification number such as the National Sock Number (NSN) or Special Item Number (SIN). Contractor SHALL contact the Natural Resources and Environmental Affairs, Hazardous Material Representative, at 703-784-1335, immediately at the time of spill/mishap. Please note: If, after investigation, the Contractor is found at fault the contractor shall be notified by the Contracting Officer of their responsibility for the cleanup/ cost associated (damage/already performed actions)/restocking of impacted product due to that spill/mishap. SECURITY: - For each delivery, tank truck drivers shall be able to provide, on demand, a State issued Real Identification Card Driver�s license OR a State issued Driver�s License with a United States Government issued passport OR accepted country issued (with visibly verifiable picture and functioning bar code) passport. - For each delivery, drivers shall be able to provide, on demand, insurance for tank truck. - For each delivery, drivers shall be able to provide, on demand, vehicle registration for tank truck. - All deliveries shall start at West Gate at BLDG 27028T Russel Rd. Quantico VA 22134. DELIVERY (ADDITIONAL): - Specific delivery instructions shall be provided per delivery order issued - Contractor shall provide MSDS/SDS for each delivery - Contractor shall provide latest test results for delivery being made. - All deliveries will be in the confines of Quantico Marine Corps Base (MCB) VA - Contractor shall verify that the tank receiving the product matches product being delivered prior to offloading. - Deliveries shall be made within 5 federal work days of order placement.� Due to nature of requirement and its severe impact to public health.� Any delivery default may result in a line item termination in order to meet the immediate need.� - US Government shall have one 1.5 (one period five) hour free detention to allow for security review and offload. -HOURS OF OPERATION:� All deliveries shall be made between the hours of 08:00 AM to 4:00 PM EST (Quantico Time), Monday through Friday except legal holidays. � SUBMISSION DETAILS: �Responses must include: 1. Business name and address; 2. Name of company representative and their business title; 3. Type of Business; 4. Cage Code; 5. 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.) 6. State which items listed above can be supported by your business/firm. 7. Please provide additional information concerning Industry �BEST PRACTICES� as it concerns or relates to the above requirement.� Interested Vendors wishing to respond to this sources sought should send their responses via email NLT 11:00 AM Eastern Daylight Time (EDT), 14 January 2021 to Kevin Guertin at kevin.guertin@usmc.mil. �Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the delivery/services listed in the Required Capabilities paragraph above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f11d9313cb044bddacf85a8bbdcc4fb5/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN05923417-F 20210224/210222230111 (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.