Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173

45CONS, 1201 Edward H. White II St, MS 7200, Patrick AFB, FL 32925-3237

68 -- CHEMICALS SOL F08650-98-TC709 DUE 091698 POC Maria Lynch, Purchasing Agent (407) 494-2764, Bonnie Pruett, Contracting Officer (407) 494-5206 WEB: Click here to register in CCR, http://www.safaq.hq.af.mil/contracting/ccr0.html. This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. Solicitation # F08650-98-TC-709 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Defense Acquisition Circular 91-13 and Air Force Space Command Circular 96-3. The SIC code and business size standard are 2869/1000 employees. This requirement is for a fixed price contract for (3) three line item(s). Line Item 0001: Quantity: 10 each; item description; di-methyl methyl phosphonate (DMMP) in 55 gallon barrels; Line item 0002: Quantity 10 each; item description: tri-ethyl phosphate (TEP) in 55 gallon barrels; Line item 0003; Quantity: 10 each; item description -- sulfur hexafluoride (SF6) in 115 lb bottles. These items are used for support of chemical detection experiment at the Nevada Spill Test Range. (UNIT PRICE MUST INCLUDE SHIPPING AND STORAGE COSTS AT THE VENDORS FACILITY) Required delivery is 1-31 Mar 99. FOB at destination. POC for delivery, Patrick Sawyer or Mike McLaurin at 702-295-6305 prior to delivery. Delivery will be to Nevada Spill Test Range, Bldg 160 Nevada Test Site, Mercury, NV 89023. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998), This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at: http://farsite.hill.af.mil/ (All letters in lower case.) (End of provision). FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, DFARS 252.225-7000 Buy American Act -- Balance of Payments Program Certificate and DFARS 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (offerors shall provide a completed copy of the provisions at FAR 52.212-3, DFARS 252.225-7000 and DFARS 252.225-7035 with offer). FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998), 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: http://farsite.hill.af.mil/ (All letters in lower case.) (End of clause). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (without addenda); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with the following applicable clauses for para 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 and FAR 52.222-37 Employment Records on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Material Safety Data Sheet, Local Purchase (AUG 1986) (A) The contractor shall mail one copy of the Material Safety Data Sheet (MSDS) required by the Hazardous Material Identification and Material Safety Data Clause of this contract tot the following address instead of the address given in the Federal Standard 313B: USAF Hospital (45 MED GP/SGPB), Patrick AFB, FL 32925-5300. (B) The contractor shall verify that the national stock number, trade or part name, federal supply code for manufacturers (FSCM), and contract number are included in the MSDS. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following applicable clauses -- DFARS 252.225-7001 Buy American Act and Balance of Payment Program and DFARS 252.225-7036 North American Free Trade Agreement Implementation Act; FAR 52.225-11 Restrictions on Foreign Purchases; FAR 52.246-1 Contractor Inspection Requirements; FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Required Central Contractor Registration (***AS OF 01 JUNE 1998 IT IS MANDATORY FOR ALL VENDORS TO BE REGISTERED IN THIS SYSTEM IN ORDER TO RECEIVE A FEDERAL GOVERNMENT CONTRACT. TO REGISTER CALL 1-888-227-2423 or register on-line at address indicated below. DFARS 252.232-7009 Payment by Electronic Funds Transfer (CCR) (JUN 1998); and AFSPCFARS 5352.212-9500 Commercial Warranty. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700). 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 to include past performance. FAR 52.212-2, Evaluation -- Commercial Items, complete para (a) with the following: Award will be made to the offeror who meets the solicitation's minimum criteria for technical acceptability at the lowest price and has a satisfactory past performance record. To be determined technically acceptable, the offeror must furnish product literature that demonstrates that the products offered meet each and every requirement stated in the purchase descriptions given above for Items 0001-0003. **THE FOLOWING MUST BE COMPLETED, AS APPLICABLE, & RETURNED WITH YOUR QUOTE: 1. IF THIS/THESE ITEM(S) IS/ARE ON ANY GOVERNMENT CONTRACT, PLEASE PROVIDE COPY OF THE CONTRACT AND: CONTRACT NUMBER -- _________; EXPIRATION DATE -- ______; PROMPT PAYMENT TERMS -- _______; FOB POINT -- __________. 2. FOR WARRANTY PURPOSES, PLEASE FURNISH THE FOLLOWING INFORMATION FOR EACH LINE ITEM: THE WARRANTY EXTENDS FOR A PERIOD OF ___ DAYS OR ___ YEARS FROM ( ) DATE OF SHIPMENT, ( ) DATE OF RECEIPT OR ( ) DATE OF INSTALLATION. 3. CONTRACTOR DUNS NUMBER -- ____________. 4. CONTRACTOR CAGE CODE -- ________. 5. IS THE "REMIT TO" THE SAME AS THE ORDERING ADDRESS? __YES/__NO IF "NO", PLEASE FILL IN CORRECT "REMIT TO": NAME OF COMPANY -- ________________ NO/STREET OR PO BOX NO. -- ______________ CITY/STATE/ZIP -- ____________.** Offers are due no later than 4:00 PM EST on 16 Sep 98 at 45 CONS/LGCSB, 1201 Edward H. White II St., Bldg. 423, Patrick AFB, FL 32925-3237. Facsimile offers will not be accepted. For information contact Maria Lynch, Purchasing Agent, at (407) 494-2764, Fax (407) 494-2983. Posted 09/01/98 (W-SN244419). (0244)

Loren Data Corp. http://www.ld.com (SYN# 0362 19980903\68-0005.SOL)


68 - Chemicals and Chemical Products Index Page