Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#2081

GSA, FSS, Paints and Chemicals Commodity Center, 400 15th Street S.w. (10FTP) Auburn, WA 98001-6599

68 -- COMBINED SYNOPSIS/SOLICITATION SOL TFTP-98-HB-6810 DUE 052298 POC Debbie Ginther, (253) 931-7484 E-MAIL: click here to contact the Contract Specialist via e-mail, debbie.ginther@gsa.gov. Sodium Chlorite Technical in accordance with CID A-A-694C, dated August 12, 1994. Solicitation Number TFTP-98-HB-6810, due May 22, 1998. This announcement serves as a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation and incorporated provisions and clauses are those in effect through FAC 97-04. The Notice of Priority Rating for National Defense use is 'DO' for this solicitation. This acquisition is being acquired on a Full and Open Competitive Basis pursuant to FAR 6.101(a). The material being procured is Sodium Chlorite Technical in accordance with CID A-A-694C, dated August 12, 1994. There are three national stock numbers (NSNs): 6810-00-227-0437, Type I, 97.5% minimum purity, Form 2, Large Granules, Eighty (80) pounds in a bag; 6810-01-026-0951, Water Conditioning Grade, Type II -- 99.5% minimum purity, Form 1, compressed pellets, fifty (50) pounds in a bag; and 6810-01-054-1829, Type II, 99.5% minimum purity, Form 3, Small Granules, Eighty (80) pounds in a bag. Estimated Peak Monthly Requirements (EPMR) and Estimated Number of Orders (ENO) per depot per NSN is as follows: Item No. EPMR ENO 6810-00-227-0437 1. Palmetto 764 12 2. Ft Worth 732 12 3. Burlington 1205 6 4. Stockton 1343 14 Item No. EPMR ENO 6810-01-026-0951 5. Palmetto 1026 12 6. Ft Worth 840 11 7. Burlington 1943 23 8. Stockton 1323 12 Item No. EPMR ENO 6810-01-054-1829 9. Burlington 199 2 10. Stockton 271 7 For each NSN, please provide the following additional information: Number of bags per pallet; and indicate the Minimum and Maximum number of bags per truckload. If no number of bags is provided, 540 bags per truckload will be used. The minimum order quantity for NSNs 6810-00-227-0437 and 6810-01-026-0951 will be 'One Truckload', the number of bags per truckload is determined by the bidder as noted above. All quantities will be ordered in 'truckload' lots. For NSN 6810-01-054-1829, the minimum order quantity will be 300 bags. Delivery orders will be issued against the resultant contract and delivery is required within 30 days after receipt of order. Estimated dollar value of this contract is $372,808. More than one contract may be awarded. Prices will be requested FOB destination to various GSA Supply Depots. Address of each depot is as follows: GSA Federal Supply Service HAZMAT, Northeast Distribution Center GN4, 1900 River Road, Burlington, NJ 08016; GSA SE Distribution Center HAZMAT, Southeast Distribution Center GA2, 8400 Tatum Road, Palmetto, GA 30268; GSA Southwest Distribution Center, Fort Worth Federal Center, Warehouse 12, 501 West Felix Street, Fort Worth, TX 76115-3404; and GSA Western Distribution Center, Domestic Receiving Section, Building 412, Naval Communication Station, Rough and Ready Island, Stockton, CA 95203 (scheduling telephone numbers and receiving hours will be provided at the time of contract award (F-FSS-300)). This will be a firm fixed price requirements contract for the period July 1, 1998 through June 30, 1999, with one (1) one-year option to extend through June 30, 2000. The following FAR provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items; 52.204-6, 52.214-34, 52.214-35, 52.233-2; FAR 52.214-4, Contract Terms and Conditions -- Commercial Items, along with 52.203-3, 52.204-4, 52.225-11, 52.232-17, 52.246-2, 52.247-34, and 52.248-1; FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply. The following numbered subparagraphs under paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9); FAR 52.212-2, Evaluation of Commercial Items. Other FAR provisions include: 52.214-4, 52.219-2, 52.223-3, 52.223-11, 52.247-58, 52.211-5, 52.211-17, 52.219-16, 52.223-14, 52.242-12, 52.217-5, 52.232-15, 52.243-1, 52.203-10, 52.219-8, 52.214-22, 52.217-9 (Var I), and 52.212-3. The following GSAR provisions and clauses apply to this solicitation and are incorporated by reference: 552.211-74, 552.211-75, 552.211-76, 552.211-77, 552.211-79, D-FSS-456-G (TFT), D-FSS-475, D-FSS-440, 552.216-73 and 552.246-70; GSAR 552.225-9 -- Trade Agreements Act; Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, 552.212-71 including 552-203-70 Restrictions on Advertising and 552.211-73 Marking all apply. Other GSAR provisions and clauses include: 552.211-80, 552.211-83, 552.223-71, 552.216-74 (Alt I), 552.242-70, 552.247-70, 552.219-72, 552.242-70, 552.247-70, CP-FSS-13 [TFT], C-FSS-443-D [TFT], F-FSS-300, F-FSS-736A, G-FSS-900A, I-FSS-100A, I-FSS-120B, I-FSS-110, I-FSS-165, D-FSS-443-D [TFT], A-FSS-35, L-FSS-55, L-FSS-490, C-FSS-439, D-FSS-443, D-FSS-480, E-FSS-516, F-FSS-285, F-R10-286, F-FSS-772, G-FSS-910, I-FSS-599, I-FSS-965, 552.223-70, 552.223-72, A-FSS-40, 552.217-71, 552.219-74 (ALT 1), 552.225-72, 552.217-70, 552.214-73. Price will be the only evaluation factor, and award will be made to the lowest, responsible bidder on an item-by-item basis. The variation of quantity is +/- 3%. The minimum bid acceptance period is 120 days. This solicitation contains an option to extend the contract for one (1) one-year period after the base year, total duration of the contract not to exceed 2 years. An economic price adjustment will be made when the option is exercised. The minimum bid acceptance period is set at 90 days. The index code is 2899-1 under Table 5 of the Producer Price Index. The maximum increase or decrease allowable is 10%. The Government reserves the right to award the contract to other than the lowest offeror. Vendors wishing to respond to this solicitation should provide this office with the following as a minimum: an offer on company letterhead for each item; prompt payment terms, DUNS number, remittance address, point of contact for contract administration, ordering information in accordance with GSAR 552.216-74 and copies of FAR 52.212-3, Offerors Representations and Certifications Commercial Items. Please refer to http://www.arnet.gov/far/ for any of the FAR citations listed in this announcement. For copies of any GSAR or FSS clauses, or for a copy of Commercial Item Description (CID) A-A-694C (dated August 12, 1994), please send a written request, either via fax (253-931-7544/7039/7174), email, or regular mail, to the Contract Specialist, no later than May 8, 1998 to ensure timely receipt of material requested. Copies of FAR 52.212-3 will be provided upon request, and must be submitted with any offer. Responses to this solicitation are due close of business May 22, 1998. All bids shall be sent to General Services Administration, Paints & Chemicals Center, Bid Custodian (10FT-BID), 400 15th Street SW, Auburn, WA 98001-6599 and should reference solicitation TFTP-98-HB-6810 on the outside packaging. No fax or email offers will be accepted. (0111)

Loren Data Corp. http://www.ld.com (SYN# 0255 19980424\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page