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