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