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