Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168

U.S. Department of Energy Albuquerque Operations Office Contracts and Procurement Division P.O. Box 5400 Albuquerque NM 87185-5400

68 -- PURIFIED DRINKING WATER SOL DE-RP04-99AL79255 DUE 091198 POC Point of Contact: Rosa M. Amparan 505-845-5278. Contracting Officer: Mary-Lynn C. Hartford 505-845-4661. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a Request for Proposal (RFP) under solicitation number DE-RP04-99AL79255. The solicitation number shall be referenced on all offers. The recommended Standard Industrial Classification (SIC) Code for this procurement is 2899, with a corresponding size standard of 500 employees (indicates maximum employees allowed for a concern, including its affiliates, to be considered small). See Numbered Note 1. Firms responding should indicate whether or not they are small business, small women-owned business, small disadvantaged business, or an 8(a) business. This solicitation is for Purified Drinking Water and related supplies. The government contemplates a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. As requested by the government, via Delivery Orders under the IDIQ contract, the contractor shall provide the following Line Items: Basic Period: Item No. 1. 1 each, Purified Drinking Water, 5-gallon bottled-water container; Item No. 2. 1 each, Purified Drinking Water, 2 1/2-gallon bottled-water container; Item No. 3. 1 each, Hot and Cold Water Dispenser (Cooler). First, Second, Third, and Fourth Option Periods: 1. 1 each, Purified Drinking Water, 5-gallon bottled-water container; 2. 1 each, Purified Drinking Water, 2 1/2-gallon bottled-water container; and 3. 1 each, Hot and Cold Water Dispenser (Cooler). For information purposes ONLY, the government estimates a usage rate of two-hundred and forty-five (245) 5-gallon bottled-water containers per month, five (5) 2 1/2-gallon bottled-water containers per year, and four (4) Hot and Cold Water Dispensers (Coolers) per year. The firm-fixed unit prices reflected above, for contract line items 1 through 3 of the Basic Period and the four Option Periods, are to be utilized in computing Delivery Order prices, for the fixed-price Delivery Orders. Notwithstanding any other clause(s) of this contract, the government shall not pay the contractor for any costs in excess of the individual firm-fixed unit prices. All costs in excess of said amount(s) shall be borne by the contractor. The firm-fixed unit prices provided and utilized in computing Delivery Order prices, for the fixed-price Delivery Orders, includes all applicable costs, including shipping charges, Federal, State, and local taxes and duties, etc. DELIVERY POINT SHALL BE F.O.B. POINT DESTINATION AND WITH IN 24-HOURS AFTER EACH DELIVERY ORDER IS PLACED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, with the following Addendum: Limitation Of Government's Obligation: (a) The Schedule specifies the amount presently available for payment by the Government and allotted to this contract and the items covered. The parties contemplate that the Government will allot additional funds incrementally to the contract up to the estimated value specified in the Schedule. The Contractor agrees to deliver, or have delivered, items under this contract up to the point at which the total amount paid and payable by the Government under the contract approximates but does not exceed the total amount actually allotted by the Government to the contract. (b) Except as required by other terms and conditions of this contract, (1) the Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted by the Government to this contract; and (2) the Contractor is not obligated to continue performance under this contract or otherwise incur costs in excess of the amount then allotted to the contract by the Government until the Contracting Officer notifies the Contractor in writing that the amount allotted by the Government has been increased and specifies an increased amount, which shall then constitute the total amount allotted by the Government to this contract. (c) No notice, communication, or representation in any form other than that specified in paragraph (b)(2) above, or from any person other than the Contracting Officer, shall affect the amount allotted by the Government to this contract. In the absence of the specified notice, the Government is not obligated to reimburse the Contractor for any costs in excess of the total amount allotted by the Government to this contract, whether incurred during the course of the contract or as a result of termination.(d) When and to the extent that the amount allotted by the Government to the contract is increased, any costs the Contractor incurs before the increase that are in excess of the amount allotted by the Government, shall be allowable to the same extent as if incurred afterward, unless the Contracting Officer issues a termination or other notice and directs that the increase is solely to cover termination or their specified expenses.(e) Change orders shall not be considered an authorization to exceed the amount allotted by the Government specified in the Schedule, unless they contain a statement increasing the amount allotted. (f) Nothing in this clause shall affect the right of the Government to terminate this contract. Packing List: A packing list or other suitable shipping document shall accompany each shipment and shall show the (1) name and address of consignor; (2) the name and address of consignee; (3) government contract number; (4) delivery order number; (5) date of order; and (6) description of the items shipped (including item number, quantity, unit price and extended price). Period of Performance: The parties contemplate that the total term of this contract shall be for a period of five years from the effective date of this contract. The total term shall consist of a basic period of performance of one year and four one-year option periods as follows: Basic Period -- October 1, 1998, through September 30, 1999; Option Period One -- October 1, 1999, through September 30, 2000; Option Period Two -- October 1, 2000, through September 30, 2001; Option Period Three -- October 1, 2001, through September 30, 2002; and Option Period Four -- October 1, 2002, through September 30, 2003. The option periods shall become effective solely at the discretion of the government. All work under this contract, including completion of all deliverables, shall be completed within the period of performance, unless otherwise specified within the Delivery Order. The DOE Authorized Government Representatives: The Delivery Orders issued under this contract may be issued by one of the following authorized government representatives, in accordance with the ordering procedures of this contract: Al U. Sanchez, 505-845-6479; Eddie Grimes, PASD, 505-845-5859; Janet D. Anaya, PASD, 505-845-6974. Incorporation Of Representations, Certifications, And Other Statements Of Offeror: The Representations, Certifications, and Other Statements of Offeror, completed by the contractor, and dated (to be completed prior to award), are hereby incorporated by reference. Delivery: The Contractor shall provide next-day delivery for delivery orders placed under this contract and in accordance with the Warehouse delivery hours. Warehouse Delivery Hours: Warehouse Delivery Hours are Monday through Friday, 7:45 a.m. to 4:15 p.m., excluding Government Holidays. Observance Of Legal Holidays: The government hereby provides notice and the contractor hereby acknowledges receipt that federal personnel observe the following days as holidays: 1. New Year's Day, 2. Martin Luther King Day, 3. President's Day, 4. Memorial Day, 5. Independence Day, 6. Labor Day, 7. Columbus Day, 8. Veterans' Day, 9. Thanksgiving Day, and 10. Christmas Day. Additionally, the contractor will observe, along with federal personnel, any other day designated by federal statutes; Executive Order; or Presidential proclamation. The contractor shall conform to these holidays observed by the government and agrees to continue to provide sufficient personnel to perform scheduled critical tasks and shall be guided by the instructions issued by the Contracting Officer. Ordering Procedure: (a) The Contractor shall designate a single point of contact to receive Delivery Orders from the Government. (b) Performance under this contract shall be subject to the following ordering procedure: (1) The contractor shall incur costs under this contract only in the performance of delivery orders and revisions to delivery orders issued in accordance with this ordering procedure. No other costs are authorized without the express written consent of the Contracting Officer unless addressed elsewhere in the contract. (2) From time to time during the period of performance of this contract, delivery orders will be issued by the authorized government representative designating the line items and quantities to be delivered. (3) Delivery Orders may be issued by the authorized government representative orally, by facsimile, or by electronic commerce methods, i.e., Web-based catalogue. Each Delivery Order shall be assigned a reference number by the authorized government representative at the time of request. Delivery orders will be sequentially numbered. A revision to a delivery order will be identified by an alpha designation following the existing delivery order number indicating the revision sequence. FAR Clause 52.216-18 Ordering, completed as follows: Subparagraph (a) insert as follows: "the effective date of the contract; " through "the end of the period of performance as specified at the paragraph entitled, Period of Performance." FAR Clause 52.216-19 Order Limitations, applies to this acquisition and is completed as follows: Subparagraph (a) insert as follows: "$10.00"; Subparagraph (b) insert as follows: (1) "$1,000.00" (2) "$5,000.00"; (3) "one (1)". Subparagraph (d) insert as follows: "one (1)". FAR Clause 52.216-22Indefinite Quantity, applies to this acquisition and is completed as follows: Subparagraph (d) insert as follows: "six months." FAR Clause 52.217-9 Option To Extend The Term Of The Contract, applies to this acquisition and is completed as follows: Subparagraph (a) insert as follows: "15 days". Subparagraph (c) as follows: "five years." FAR Clause 52.232-18, Availability of Funds, applies to this acquisition. DEAR Clause 952.202-1, Definitions, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following clauses shall be marked as applicable: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.225-3, Buy American Act-Supplies. FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The evaluation procedures that will be used are offers will be evaluated on the basis of lowest price, technically acceptable. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition and the Offeror shall include a completed copy of this provision. All FAR provisions and clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. All DEAR provisions and clauses referenced in this solicitation are available in full text at the following website location: http://www.pr.doe.gov/dear.html. Only written offers in response to this solicitation will be accepted and shall be mailed to the attention of Ms. Rosa M. Amparan at the address listed herein by the due date and time of September 11, 1998, not later than 3:00 p.m., local (Albuquerque, NM) time. Responses to this solicitation shall include sufficient technical information as to how the offeror intends to meet the requirements as well as unit prices for each of the line items for the basic year and each of the option periods, in order to determine if the offeror can meet the needs of the government. The government intends to make award without discussions, however, this intent does not preclude the Government from having discussions, if it is in the best interest of the government. The anticipated award date is anticipated to be October 1, 1998. Should you have any questions regarding this solicitation, please contact Ms. Rosa M. Amparan, Contract Specialist. Posted 08/25/98 (D-SN241794). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0403 19980827\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page