Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062

DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS AVENUE, BLDG 198, FT LEAVENWORTH, KS 66027-1399

68 -- BULK CALCIUM QUICKLIME SOL DABT19-98-B-0002 DUE 041498 POC Contract Specialist Linda M. Fredendall (913) 684-1625 (Site Code DABT19) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation DABT19-98-B-0002 is issued as an Invitation for Bids (IFB) and incorporates provisions and clauses in effect through the Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. This acquisition is unrestricted. The Standard Industrial Classification (SIC) Code is 2899. The small business size standard is 500 employees. The Government contemplates awarding a firm fixed unit price requirements contract. The contract period shall be from 1 May 1998, or date of contract award, whichever is later, through 30 April 1999. The following item is required. Bids submitted for less than the estimated quantity will be rejected. Item 0001, Lime, Pebble, Bulk, Calcium Quicklime, estimated quantity is 1,200 tons. Chemical Analysis: Available Calcium Oxide (CaO)-not less than 90 percent; Calcium Sulfate (CaSo4)-less than 1 percent; Magnesium Oxide (MgO)-less than 2 percent; Silica (S102)-less than 3 percent; Other Impurities-less than 1 percent; Insolubles after slaking-less than 2 percent. One written chemical analysis shall be furnished by the contractor with each shipment. Chemical Requirements: The lime, commonly known as quicklime, shall be fresh and shall contain not less than 90 percent water soluble calcium oxide designated as "available lime", not more than 1.0 percent iron and aluminum oxides. It shall be of the quality known as "quick-slaking" and be readily disintegrating into a suspension of finely divided material with the continuous admixture of water-insoluable mineral or unslaked lime in the slakers. Slaking Time: When a 100 gram sample of minimum 20 mesh lime is added to 400 millileters of distilled water at a temperature of 25 degrees Centigrade with mechanical stirring, a minimum temperature rise of 40 degrees Centigrade should be obtained in 3 minutes and the maximum temperature must be obtained in 5 minutes. Physical Requirements: The mineral shall be ground or pulverized to reduce the size so that none is retained in a 3/4 inch sieve, and not more than 5 percent shall pass a No. 60 U.S. standard sieve, and shall contain no impurities or foreign matter which would interfere with its handling, storage or slaking. Delivery will be FOB destination at the Directorate of Public Works, Water Plant, Bldg. 25, 1 Hastings Rd., Ft. Leavenworth, KS. Deliveries shall be made Monday through Friday (except legal holidays), between 8:00 a.m. and 3:30 p.m. The Calcium Quicklime shall be delivered in a hopper trailer large enough to accommodate the minimum order quantites, as specified in this solicitation. The trailer shall be equipped with a rear trailer discharge and mounted blowers powerful enough to push the lime through a 4" diameter pipe 3-4 stories high (a minimum of 18 psi, 700 cfm), to the roof mounted hoppers, that are top feed design. The tractor/trailer shall be equipped with a discharge hook-up hose to fit the 4" pipe a minimum of 10-20' long and male/female adaptor(s) for ease of connection. Inspection and acceptance will take place at destination. The Government requires delivery to be made according to the following schedule: Item 0001, quantity as specified on the Delivery Order, within 10 working days after receipt of the delivery order. The Government allows five days for receipt of delivery orders by the contractor through ordinary mails. The permissible variation in the quantity of the quicklime will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in maufacturing processes, shall be limited to 10 percent increase or 10 percent decrease. This increase or decrease shall apply to each delivery order. Weight tickets, showing empty and loaded weight of the truck making delivery, shall be deliveredwith each order. When the Government requires supplies or services covered by this contract in an amount of less than ten (10) tons, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. The Contractor is not obligated to honor any order for a single item of 500 tons or a series of orders from the same ordering office within seven (7) days that together call for quantites exceeding the limitations listed above. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far; http;//farsite.hill.af.mil; and http://www.dtic.mil/dfars. The following Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Suplement (DFARS) are applicable to this acquisition: FAR 52.203-3 Gratuiities, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment, FAR 52.204-4 Printing/Copying Double-Sided on Recycled Paper; FAR 52.211-16 Variation in Quantity; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following referenced clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, and FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam ERA; FAR 214-34 Submission of Offers in the English Language; FAR 214-35 Submission of Offers in U.S. Currency; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations, FAR 52.216-21 Requirements; FAR 52.225-11 Restrictions on Certain Foreign Purchases; FAR 52.232-17 Interest; FAR 52.232-33 Manadatory Information for Electronic Funds Transfer Payment; FAR 52.247-34 F.O.B. Destination; DFAR 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following referenced clauses: DFAR 252.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns with Alternate I, DFAR 252.225-7001 Buy American Act and Balance of Payment Program, DFAR 252.225-7012 Preference for Certain Domestic Commodities, and DFAR 252.247-7024 Notification of Transportation of Supplies by Sea; DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFAR 252.225-7002 Qualifying Country Sources as Subcontractors; DFAR 252.7003 Information for Duty-Free Entry Evaluation; DFAR 252.231-7000 Supplemental Cost Principles; DFAR 252.232-7006 Reduction or Suspension of Contract Payments Upon Finding of Fraud; DFAR 252.243-7001 Pricing of Contract Modifications. Only one award will be made as a result of this solicitation. Bids must include unit prices for each item listed in order that bids may be properly evaluated. Bids that do not include prices for each item listed will be rejected as nonresponsive. Bids submitted for less than the estimated quantities shall be rejected. Award will be made in the aggregate to the low responsive, responsible bidder whose bid, conforming to the Invitation for Bid, is most advantageous to the Government, considering only price and price-related factors. FAR 52.212-2 Evaluation-Commercial Items does not apply to this acquisition. This is a DX rated order certified for national defense use, and the Contractor shall follow all the requirements of the Defense Priorities and Allocations System regulation (15CFR 700). Award will be made to the lowest responsive and responsible offeror based upon the unit price quoted. Bids will be addressed to the Directorate of Contracting, ATTN: ATZL-GCC, Room 254, Fort Leavenworth, KS 66048-1389, and must be received at this location on or before 14 April 1998, 2:00 p.m. (local time). Bidders are advised that a completed copy of the following Representations and Certifications must included with its offer: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFAR 252.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns with Alternate I; DFAR 252.225-7001 Buy American Act and Balance of Payment Program Certificate; DFAR 252.7003 Information for Duty-Free Entry Evaluation; Bid envelopes must have the above identified solicitation number written on the front of the envelope. For information regarding this solicitation, contact Linda M. Fredendall, (913) 684-1625. Faxed bids will not be accepted. (0085)

Loren Data Corp. http://www.ld.com (SYN# 0270 19980330\68-0002.SOL)


68 - Chemicals and Chemical Products Index Page