Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1999 PSA#2285

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

68 -- SODIUM FLUORIDE SOL N00604-99-R-0010 DUE 030899 POC SANDRA E. FOSTER, Contract Specialist, (808) 473-2397, EXT 238, Contracting Officer -- Robert S. Kay E-MAIL: Click here to contact the Contract Specialist, Sandra_Foster@Pearl.FISC.Navy.Mil. 1. SODIUM FLUORIDE TO FLUORIDATE H2O SYSTEMS SOL N00604-99-R-0010 DUE 8 March 1999, 1:00 p.m. Hawaii Standard Time (HST). POC Contact Point: Contract Specialist; Sandra Foster, 808/473-2397, ext 238, Robert S. Kay, Contracting Officer. 2. GENERAL: This solicitation is unrestricted; all responsible sources may submit a proposal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00640-99-R-0010 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 and Defense Acquisition Circular 91-13. The standard industrial code is 2819 and the business size standard is 1,000 employees. 3. SCHEDULE OF SUPPLIES/SERVICES: This requirement is for a firm fixed price requirements contract for one (1) line item for a Base Period and four (4) one-year option periods as follows: Base Period, 1 October 1999 through 30 September 2000, Contract Line Item Number (CLIN) 0001; First Option Period, 1 October 2000 through 30 September 2001, CLIN 1001; Second Option Period, 1 October 2001 through 30 September 2002, CLIN 2001; Third Option Period, 1 October 2002 through 30 September 2003, CLIN 3001, Fourth Option Period, 1 October 2003 through 30 September 2004, CLIN 4001. Please submit proposals for the line item for the base year and four option years. 4. DESCRIPTION: Quantity-1600 KE; Item description: Sodium Fluoride in accordance with AWWA Standard for Sodium Fluoride, AWWA B701-94. Chemical Requirements (Exception to AWWA B701-94): Sodium fluoride shall have a minimum of 98 percent (dry basis) sodium fluoride corresponding to approximately 44.35 percent fluoride ion. Physical Properties: white, odorless, dry form that does not react with air or moisture; PH, 1% solution: 6.4; Granular Grade, crystalline; Specific Gravity, 2.79; Density (lbs./cu. Ft.), 90; Formula Weight, 42; Solubility (grams/100 ml of water): (exception to AWWA), (a) at 10C (50F) 4.2, (b) at 37C (100F) 4.45, (c) at 65C (150F) 4.70, (d) at 93C (200F) 4.95. Screen Analysis: 100 percent shall pass through U.S. Standard Sieve Series No. 20. At least 85 percent shall be retained on U.S. Standard Sieve Series No. 100. Container package should be moisture-proof fiberboard keg, net weight of 50 pounds, to meet National Standard UN1G. Impurities: Additional impurity limits are specified as provided by the provisions of paragraph 2.3.4 of the AWWA Standard for Sodium Fluoride (AWWA B701-94). At no time shall the sodium fluoride deposit any unusual or water-insoluble coating on the chemical feed equipment. Detection shall be by visual means. 5. PRE-AWARD TESTING: Offerors shall furnish atno additional cost to the Government, a 50-pound (keg) sample of sodium fluoride packaged according to the above description for analysis by the Government. The sample and proposed product shall be made by the same manufacturer. NOTE: Material Safety Data Sheet (MSDS) to be provided with both proposal and sample. Samples will be retained by the Government and shall not be considered as part of the quantities ordered under the contract. 6. DELIVERY: Offerors shall deliver samples to Mr. Myron Okimoto (Telephone No. (808) 471-3156), Utilities Department, Building No. 44, Navy Public Works Center, Pearl Harbor, Hawaii 96860-5470 by the time specified for receipt of offers. Sample kegs shall be marked with (a) Solicitation No. N00604-99-R-0010; (b) offeror's name and address; (c) brand of sodium fluoride being offered. Sodium Fluoride deliveries shall be made to the PWC locations stated on the individual delivery order within 14 days after the date of the individusl order, except when the needs of the Governmentpermit, orders may provide a longer delivery time. Inspection and acceptance of the delivered items shall be made at destination by PWC, Pearl Harbor. 7. CONTRACT CLAUSES/PROVISIONS: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (c), Period for acceptance of Offerors Substitute "75 calendar days" for "30 calendar days". Paragraph (h), Multiple awards Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation." Past performance will not be evaluated but will be used as a factor in determining responsibility. Offerors shall provide the names and numbers of three (3) references that you have provided same or similar services (reference sheets may be obtained from the POC stated herein). Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; Also, FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-22, Small Disadvantaged Business Status; FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting (Dec 1991); DFARS 252.204-7004, Required Central Contract Registration (Mar 1998). FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I; 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 Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.225-3, Buy American Act-Supplies; FAR 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program; FAR 52.225-18, European Union Sanction for Services; FAR 52.247-64, Preference for Privately-Owned U.S.-Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The Government intends to make a single award to the responsible contractor whose proposal is in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Add the following addendum clauses and provisions: FAR 52.215-5, Facsimile Proposals. FAR 52.216-18, Ordering, paragraph (a) add "Such orders may be issued from 01 October 1999, or on the award date, whichever is later, to the end of the contract period."; FAR 52.216-19, Order Limitations, paragraph (a) fill blank with "50 kegs", paragraph (b) (1) fill blank with "500 kegs", paragraph (b) (2) fill blank with "500 kegs", paragraph (b) (3) fill blank with "ten (10) calendar days", paragraph (d) fill blank with "five (5) calendar days"; FAR 52.216-21, Requirements; FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.217-9, Option to Extend the Term of the Contract, paragraph (c) fill blank with "five (5) years"; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Proposals must be received no later than 1:00 p.m. Hawaiian Standard Time, 8 March 1999. Proposals should be mailed to: Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.SF), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750 or 808/473-3525. Posted 02/16/99 (W-SN298871). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0283 19990218\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page