Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOLICITATION NOTICE

68 -- Sodium Hypchlorite IDIQ

Notice Date
5/10/2021 7:02:34 AM
 
Notice Type
Presolicitation
 
NAICS
325180 — Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR21R0029
 
Response Due
5/25/2021 8:00:00 AM
 
Archive Date
05/25/2021
 
Point of Contact
Aisha R. Boykin, Phone: 4109624978
 
E-Mail Address
aisha.r.boykin@usace.army.mil
(aisha.r.boykin@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Services and Supply Indefinite Delivery Indefinite Quantity Chemical Supply Contract to Support the U.S. Army Corps of Engineers, Baltimore District Washington Aqueduct Division. General Information: Document Type:� Synopsis/Pre-solicitation Notice Solicitation Number: �W912DR21R0029 Contracting Office Address: U.S. Army Corps of Engineers, Baltimore District 2 Hopkins Plaza Baltimore, Maryland 21201 Contract Information: U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of one (1) Firm Fixed Priced Single Award Task Order (SATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Dalecarlia and McMillan water treatment plants to the most highly qualified small businesses, with an ordering period of five (5) years.� The award of this chemical IDIQ will assist USACE-Baltimore District in providing potable water to the business/residents of Washington DC and Virginia area.� The Contractor shall furnish all the Washington Aqueduct�s Sodium Hypochlorite through a firm fixed priced indefinite delivery indefinite quantity contract.�� The Sodium Hypochlorite shall conform to the requirements of ANSI/AWWA Standard B300, latest revision, except as modified or supplemented herein, and shall be certified to meet NSF/ANSI Standard 60.� The award will be made under North American Industry Classification System (NAICS) code 325180, Other Basic Inorganic Chemical Manufacturing, with a small business size standard of $1,000 in average receipts. �Delivery Orders awarded under this SATOC will comply with FAR 16.505, ordering procedures.� The maximum annual quantity awarded to any given delivery order is 2,000 tons.� �The maximum total contract capacity shall not to exceed 10,000 tons over five- year contract duration. Selection Criteria: The Offeror must demonstrate its qualifications with respect to the published evaluation criteria below. �Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. �Selection of the most highly qualified firms shall be made based on demonstrated competence and qualifications necessary for the satisfactory performance that include, in the following order of importance: (A) specialized experience and technical competence; (B) past performance; (C) price. A - Specialized Experience and Technical Competence:� Technical: �The Government will evaluate provided. �The Capability Statement must provide or address each of the following elements. ����������� Business Capability Statement ����������� Business license and insurance certificate of Offeror ����������� A product information sheet (product bulletin) issued by the product manufacturer ����������� A certified laboratory report for a representative sample of product demonstrating compliance of the Contractor�s product with the requirements of the solicitation (Physical / Chemical Requirements) ����������� Certification by a certification organization accredited by the American National Standards Institute stating that product meets the NSF/ANSI Standard 60 for addition to drinking water ����������� Manufacturer�s safety data sheet (SDS) that complies with paragraph (g) of 29 CFR 1910.1200. If the product of more than one facility or manufacturer may be supplied to fulfill this contract, the information in the capability statement must be submitted for each separate facility or manufacturer.� Any request to change the product and/or manufacturer during the contract period must be submitted for approval to Contracting Officer�s Representative. B.� Past Performance Contractors may submit up to two (2) past performance references (from the reference provided directly to the Contract Specialist and Contracting Officer as described below), with the attached Performance Assessment Questionnaire to completed, including both the customer point of contact information and details of the work performed. Past performance information shall be recent (performance within the last three years) and relevant (similar in size and scope). The references are to be provided with the Offerors technical submission. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. This is not considered a part of the technical evaluation in accordance with FAR 15.304(c)(3)(iii). Assess the offeror�s probability of meeting the minimum past performance solicitation requirements and prior compliance with FAR clauses 52.219-8 Utilization of Small Business Concerns and FAR 52.219-9 Small Business Subcontracting Plan (as applicable). The rationale for this decision is as follows; past performance will be reviewed as a part of the overall responsibility determination prior to award and therefore does not need to be evaluated as part of the technical evaluation. Past performance information shall be obtained from any sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. C.� Price The award will be made to the lowest priced technically acceptable proposal.� Proposals will be evaluated for technical acceptability but will not be ranked using the non-price Factors. �For an Offeror to be considered for award, the proposal must receive an �Acceptable� rating in every non-price Factor. �A proposal receiving a rating of �Unacceptable� in any non-price Factor will not be eligible for award. �Additionally, any other than small business offeror must have an acceptable Small Business Subcontracting Plan to receive an award in accordance with Federal Acquisition Regulation (FAR) 19.702(a). Submission Requirements Offerors shall submit all Proposal Volumes (I and II), Volume I � Technical and Volume II � Price, in response to the Solicitation. Each Offeror is required to submit a proposal in accordance with instructions detailed below. Digital copies will consist of the following volumes: Volume���������� Title��� Electronic File* I���������� Technical Proposal � Factor 1����������� II��������� Price Proposal 1 *NOTE: Electronic submission instructions are outlined in section 7, below. Specific Requirements: �An Offeror�s proposal shall consist of all information and material submitted in writing for evaluation in response to this solicitation. �The submission of false or misleading information shall be grounds for disqualification of the proposal. �The Offeror�s name, solicitation number and solicitation Closing Time and Date, must be identified for each volume. �Offerors must organize their proposals as described and outlined below. �Each volume must have a table of contents and a Cover Sheet to include the Offeror�s CAGE Code, address, NAICS and business size in accordance with the System for Award Management (SAM) and Point of Contact information, such as email and phone number. Pages must be numbered. �One-page front and back shall count as one page. �The minimum acceptable type size is eleven (11) point with a minimum of one-inch margins on all sides. �The information in each volume must be organized as follows. Volume I (Technical Proposal) (Factor 1): The information must be divided by tab/pages and shall be organized as follows:��������������������������������� ����������������������������������� MAX. PAGES TAB 1 FACTOR 1���� Technical������� 30* * The total number of pages must not exceed 30 pages in the aggregate. If the Offeror exceeds the page limitation, then the excess page(s) after page 30 will not be evaluated (actual tabs/pages are not included in count). Volume II (Price Proposal): The information must be divided by tabs/pages and shall be organized as follows: TAB 1 SF 1449 (Solicitation, Offer and Award). *Note � All amendments must be acknowledged. TAB 2 Price Schedule filled out completely. Proposal files shall include the Offeror�s name, Solicitation Number, and the solicitation Closing Time and Date. Offerors shall submit their proposals no later than the time and date specified on Standard Form 1449. �Offeror proposals received after the required time and date deadline may be evaluated in accordance with FAR 15.208. Offerors should not assume that they will have an opportunity to clarify or correct anything in their proposals after submitting it in response to the original Solicitation, and so any submissions should be submitted on the best terms possible and free of errors. https://safe.apps.mil/ Please send proposals using the link above to: Contract Specialist, Aisha Boykin at aisha.r.boykin@usace.army.mil ALL PROPOSALS SHALL BE SUBMITTED ELECTRONICALLY THROUGH THE SAFE SITE. You are limited to five (5) maximum files per upload (total size cannot exceed 2 GB). If you have a large number of files, it is recommended that you combine or ZIP your files before uploading to the SAFE site. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. REQUEST FOR UPLOAD CODE:� Offerors must email Aisha Boykin at aisha.r.boykin@usace.army.mil no later than five (5) working days, prior to the proposal due date to receive a request code which will allow for file uploads via the SAFE site. �Offerors that fail to email for a request code within the time specified above may not be able to receive a request code in time to upload their submission. FILE DESCRIPTION: �Include a �File Description� for each file(s) you upload. The �File Description� will be included in the email notice to the recipient you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description.) Submission shall be in searchable Adobe PDF format and legible. Instructions to Follow on The Safe Website: a.� Once at the SAFE website select the �Drop-off� icon. This allows users without a CAC or users whose computer is not configured to read a CAC, the option to access the SAFE site as a guest. b.� After selecting the �Click Here� link you will be prompted to add your personal information, file information, recipient (Government representative) information and email settings. c.� When completing your file information for transmittal via the SAFE website, you will be required to enter the email address for the recipient. For this solicitation, the recipient is the Contract Specialist. The Contract Specialist for this solicitation is Aisha Boykin, aisha.r.boykin@usace.army.mil. �The E-Mail address of the Government Employee who initiated the request code will be automatically entered. �The Offeror must enter the E-Mail address for the Contract Specialist After entering the email address, click the ADD button to add the person(s) email to the �Recipients List� of your response. When your proposal is submitted, a notification will be sent to the recipient you added. NOTE: �Do Not send the SAFE site packages to group email accounts. Even if you successfully upload your proposal to the SAFE site, notification will not be sent to the Government recipient until you verify your email address. �Entering an incorrect email may result in the rejection of your submission for lateness. �An Offeror can confirm proper submission by the �Drop-Off Completed� screen which generates based on proper file submission. NOTE: �It has been reported that documents are more quickly uploaded into the SAFE website when using a Firefox web browser. �The Government cannot verify that this is true and offers no guarantee that Offerors will have more success utilizing any browser. RECEIPT OF SUBMISSIONS: �For the purposes of establishing whether a proposal submission is considered timely, the Government considers the date and time the submission is completely uploaded into the SAFE website. �For proposals larger than the 2GB capacity of the SAFE website and require multiple submissions, the Government will consider the date and time the last submission is completely uploaded into the SAFE website. �Do not assume that electronic communication is instantaneous. �It can take several minutes or even hours in some cases. The Government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive proposals. �Offerors are responsible for ensuring that proposals are submitted to reach the designated recipient. �Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided. OFFERORS MUST BE REGISTERED with the System for Award Management (SAM), formerly the Central Contractor Registration (CCR), to receive a Government Contract award.�� To register, the SAM Internet address is: http://www.sam.gov. �A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. The contracting POC for this project is Aisha Boykin, aisha.r.boykin@usace.army.mil. All potential offerors are advised to check the https://beta.sam.gov website, for any additional modifications pertaining to this pre-solicitation notice. The delivery orders will be firm fixed price and will be awarded as required, therefore funds are not presently available. THIS IS NOT A REQUEST FOR PROPOSALS
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9dcc0ac6cae249ccb7f6e8e696df4059/view)
 
Place of Performance
Address: Washington, DC 20006, USA
Zip Code: 20006
Country: USA
 
Record
SN05997126-F 20210512/210511201423 (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.