|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 68 -- CARBON DIOXIDE SOL N00244-98-Q-0383 DUE 090198 POC Joan Balazs
FAX 619-532-2347 phone 619-532-2892 WEB: Click here to obtain more
information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click
here to contact the Contracting Officer via,
joan_balazs@sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-98-Q-0383. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-05. This solicitation is
issued on an unrestricted basis, under Standard Industrial Code 2813
with a small business standard of 1000 employees. FISC San Diego has a
requirement for the following item: Carbon Dioxide, 99.5% pure, type
2, grade RED-BE-101, P/N BB-C-101B, LSN: 6830-LL-LSN-1379. The material
is required for the months of 1 October 1998 through 30 September 1999.
Material required on an "As called for basis: Deliveries shall be made
between 0600-1400 M-F. Weight Ticket Verification required with each
delivery. Contractor must submit a Material Safety Data sheet (MSDS)
(OSHA -- 20 Form) and warning label for each hazardous material
delivery. The occupational safety and health office has approved this
material. In the event of substitution, prior concurrence must be
received from the requisitioner. Referenced Federal Standard 313C
applies. Variation in QTY of plus or minus 1% is allowed. Required
delivery is to Building 399 Naval Aviation Depot North Island, San
Diego, CA. Acceptance shall be at destination. The following provision
apply FAR 52.212-1, Instructions to Offerors Commercial Items,
Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an
express warranty which at a minimum shall be the same warranty terms,
including offers of extended warranties, offered to the general public.
Express warranties shall be included in the contract. Offerors are
required complete and include a copy of the following provisions with
their proposals: FAR 52.212-3, Offeror Representation and
certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and
Conditions Commercial Items, applies as well as the following addendum
clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New
Material, Residual Inventory, and Former Government Surplus Property.
The clause at 52.212-5 Contract Terms and Conditions Required To
Implement Statues or Executive Orders Commercial Item applies with the
following applicable clauses for paragraph (b): 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, FAR 52.222-37 Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era, FAR 52.223-3 Hazardous Material
Identification and Material Safety Data, DFAR 252.223-7001 Hazard
Warning Labels, DFAR 252.204-7004 Required Central Contractor
Registration, applies to all solicitations issued on or after 6/1/98.
Lack of registration in the CCR database will make an offeror/quoter
ineligible for award. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b) DFAR
252.225-7001 Buy American Act and Balance of Payment Program, and DFAR
252.225-7012 Preference for Certain Domestic Commodities. The
Government intends to make a single award to the responsible Offeror
whose offer is the most advantageous to the Government considering
price and price related factors. Provision 52.212-2 Evaluation
Commercial Items applies with paragraph (a) completed as follows: Award
will be made to the Offeror that meets the solicitation's minimum
criteria for technical acceptability at the lowest price. To be
determined technically acceptable the Offeror must furnish product
literature that demonstrates the products offered meet all requirements
stated in the above purchase descriptions for Line Item 0001. All
responsible Offerors are to submit current pricing, delivery time,
payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number and all applicable specifications regarding this
solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later that 3:00 p.m.
PST, September 1, 1998 and will be accepted via FAX (619-532-2347)
Attn: Joan Balazs Clause information can be downloaded from the
internet from the following addresses; http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/12/98
(W-SN236269). (0224) Loren Data Corp. http://www.ld.com (SYN# 0358 19980814\68-0002.SOL)
68 - Chemicals and Chemical Products Index Page
|
|