|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266HEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 5TH FLOOR MIDDLE BAY, ROCK
ISLAND IL 61299-6000 56 -- VERMICULITE, IAW ASTM C-332, GROUP 1 OR ASTM C516 TYPE 1, SUPER
FINE, TO BE DELIVERED BAGGED APPROXIMATELY 29 POUNDS PER BAG. SOL
DAAA09-99-R-2023 DUE 021199 POC Contract Specialist Camilla Poston
(309) 782-6525 (Site Code DAAA09) E-MAIL: postonc@ioc.army.mil,
postonc@ioc.army.mil. 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 synopsis/solicitation is issued as Request for Proposal (RFP)
DAAA09-99-R-2023 for the following: Item 0001 Vermiculite, in
accordance with ASTM-C-332, Group 1 or ASTM-C-516 Type 1, super fine,
to be delivered bagged approximately 29 pounds per bag. The Contracting
Office anticipates awarding a Requirements Type Contract for a minimum
quantity of 0 pounds and a maximum quantity of 929,259 pounds for the
performance period of 1 October 1999 through 30 Sep 2000. Minimum
Delivery Schedule is 3 days after issuance of a delivery order. FOB
Destination, McAlester Army Ammunition Plant, 1 C Tree Road, McAlester,
OK 74501-9002. The solicitation and incorporated provisions and clauses
are thosein effect through Federal Acquisition Circular 98-01. This
procurement is set-aside for small business. The provision at FAR
52.219-6 Notice of Total Small Business Set-Aside applies. This
procurement is Standard Industrial Classification (SIC) code 5032,
small business size standard is 100 employees. The provision at FAR
52.212-1 Instructions to Offerors-Commercial items applies. The
provision at FAR 52.212-2 Evaluation-Commercial Items applies. Award
will be made to the low responsive, responsible offeror at a fair and
reasonable price. Please note: Offerors shall include a completed copy
of the following provisions: FAR 52.212-3, and DFAR 252.212-7000
Offeror Representations and Certifications-Commercial Items, with their
offers. FAR clause 52.212-4 Contract Terms and Conditions-Commercial
Items 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 apply: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, and
52.222-37. DFAR clause 252.212-7001 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items applies to this acquisition
and the following clauses apply: 252.225-7001, 252.227-7015,
252.227-7037, and 252.247-7024. The following full text clauses shall
apply: 52.211-16 -- Variation in Quantity (Apr 1984) (a) A variation in
the quantity of any item called for by this contract will not be
accepted unless the variation has been caused by conditions of loading,
shipping, or packing, or allowances in manufacturing processes, and
then only to the extent, if any, specified in paragraph (b) below. (b)
The permissible variation shall be limited to: 10% Percent increase
10% Percent decrease This increase or decrease shall apply to all
items. (End of Clause) 52.216-18 Ordering. (Oct 1995) (a) Any supplies
and services to be furnished under this contract shall be ordered by
issuance of delivery orders or task orders by the individuals or
activities designated in the Schedule. Such orders may be issued from
1 Oct 1999 through 30 Sep 2000. (b) All delivery orders or task orders
are subject to the terms and conditions of this contract. In the event
of conflict between a delivery order or task order and this contract,
the contract shall control. (c) If mailed, a delivery order or task
order is considered "issued" when the Government deposits the order in
the mail. Orders may be issued orally, by facsimile, or by electronic
commerce methods only if authorized in the Schedule. (End of clause)
52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the
Government requires supplies or services covered by this contract in an
amount of less than 10,000 pounds the Government is not obligated to
purchase, nor is the Contractor obligated to furnish those supplies or
services under the contract. (b) Maximum order. The Contractor is not
obligated to honor -- (1) Any order for a single item in excess of
100,000 pounds (2) Any order for a combination of items in excess of
100,000 pounds; or (3) A series of orders from the same ordering office
within three days that together call for quantities exceeding the
limitation in subparagraph (b)(1) or (2) of this section. (c) If this
is a requirements contract (i.e., includes the Requirements clause at
subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the
Government is not required to order a part of any one requirement from
the Contractor if that requirement exceeds the maximum-order
limitations in paragraph (b) of this section. (d) Notwithstanding
paragraphs (b) and (c) of this section, the Contractor shall honor any
order exceeding the maximum order limitations in paragraph (b), unless
that order (or orders) is returned to the ordering office within three
days after issuance, with written notice stating the Contractor's
intent not to ship the item (or items) called for and the reasons. Upon
receiving this notice, the Government may acquire the supplies or
services from another source. 52.216-21 Requirements. (Oct 1995) (a)
This is a requirements contract for the supplies or services specified,
and effective for the period stated, in the Schedule. The quantities of
supplies or services specified in the Schedule are estimates only and
are not purchased by this contract. Except as this contract may
otherwise provide, if the Government's requirements do not result in
orders in the quantities described as "estimated'' or "maximum" in the
Schedule, that fact shall not constitute the basis for an equitable
price adjustment. (b) Delivery or performance shall be made only as
authorized by orders issued in accordance with the Ordering clause.
Subject to any limitations in the Order Limitations clause or elsewhere
in this contract, the Contractor shall furnish to the Government all
supplies or services specified in the Schedule and called for by orders
issued in accordance with the Ordering clause. The Government may issue
orders requiring delivery to multiple destinations or performance at
multiple locations. (c) Except as this contract otherwise provides, the
Government shall order from the Contractor all the supplies or services
specified in the Schedule that are required to be purchased by the
Government activity or activities specified in the Schedule. (d) The
Government is not required to purchase from the Contractor requirements
in excess of any limit on total orders under this contract. (e) If the
Government urgently requires delivery of any quantity of an item
before the earliest date that delivery may be specified under this
contract, and if the Contractor will not accept an order providing for
the accelerated delivery, the Government may acquire the urgently
required goods or services from another source. (f) Any order issued
during the effective period of this contract and not completed within
that period shall be completed by the Contractor within the time
specified in the order. The contract shall govern the Contractor's and
Government's rights and obligations with respect to that order to the
same extent as if the order were completed during the contract's
effective period; provided, that the Contractor shall not be required
to make any deliveries under this contract after 31 October 2000. (End
of clause) This is a DO rated contract regarding the Defense
Priorities and Allocations System. Faxed proposals IAW FAR 52.215-5 are
acceptable. Fax proposals to (309) 782-4955, Attn: Camilla Poston.
Proposals may be mailed to: HDQ, IOC, Attn: AMSIO-ACI-S/ Camilla
Poston, Rock Island, IL 61299-6000. Issue date is the date this notice
is published in the CBD. Closing Date: 2:00 P.M. CT, 11 Feb 99. The
provision at FAR 52.232-18 Availability of Funds applies. The following
full text clause shall apply: 252.204-7004 Required Central Contractor
Registration.(Mar 1998) (a) Definitions. As used in this clause- (1)
"Central Contractor Registration (CCR) database" means the primary DoD
repository for contractor information required for the conduct of
business with DoD. (2) "Data Universal Number System (DUNS) number"
means the 9-digit number assigned by Dun and Bradstreet Information
Services to identify unique business entities. (3) "Data Universal
Numbering System +4 (DUNS+4) number" means the DUNS number assigned by
Dun and Bradstreet plus a 4-digit suffix that may be assigned by a
parent (controlling) business concern. This 4-digit suffix may be
assigned at the discretion of the parent business concern for such
purposes as identifying subunits or affiliates of the parent business
concern. (4) "Registered in the CCR database" means that all mandatory
information, including the DUNS number or the DUNS+4 number, if
applicable, and the corresponding Commercial and Government Entity
(CAGE) code, is in the CCR database; the DUNS number and the CAGE code
have been validated; and all edits have been successfully completed.
(b)(1) By submission of an offer, the offeror acknowledges the
requirement that a prospective awardee must be registered in the CCR
database prior to award, during performance, and through final payment
of any contract resulting from this solicitation, except for awards to
foreign vendors for work to be performed outside the United States. (2)
The offeror shall provide its DUNS or, if applicable, its DUNS+4 number
with its offer, which will be used by the Contracting Officer to verify
that the offeror is registered in the CCR database. (3) Lack of
registration in the CCR database will make an offeror ineligible for
award. (4) DoD has established a goal of registering an applicant in
the CCR database within 48 hours after receipt of a complete and
accurate application via the Internet. However, registration of an
applicant submitting an application through a method other than the
Internet may take up to 30 days. Therefore, offerors that are not
registered should consider applying for registration immediately upon
receipt of this solicitation. (c) The Contractor is responsible for the
accuracy and completeness of the data within the CCR, and for any
liability resulting from the Government's reliance on inaccurate or
incomplete data. To remain registered in the CCR database after the
initial registration, the Contractor is required to confirm on an
annual basis that its information in the CCR database is accurate and
complete. (d) Offerors and contractors may obtain information on
registration and annual confirmation requirements by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. (End of
clause) Posted 01/19/99 (A-SN289230). (0019) Loren Data Corp. http://www.ld.com (SYN# 0307 19990121\56-0002.SOL)
56 - Construction and Building Materials Index Page
|
|