|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364USA Garrison Fort Belvoir, MDW Acquisition Center, 9410 Jackson Loop --
Ste 101, Ft Belvoir, VA 22060-5134 68 -- LIQUID FERRIC CHLORIDE SOL DADW35-99-T-0625 DUE 063099 POC Mrs.
Claudia Colvin (703) 806-4475/Mr. Lermon Elliott (703) 806-4607
68-LIQUID FERRIC CHLORIDE, SOL DADW35-99-T-0625 DUE 06/30/99 POC Mrs.
Claudia Colvin Contract Specialist, 703-806-4475
(email:Colvincl@belvoir.army.mil) or Mr. Lermon Elliott, Contracting
Officer, 703-806-4607. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotes are being
requested via this announcement and a separate written solicitation
will not be issued. This solicitation document and incorporated
provisions and clauses are those in effect through FAC 90-46.
Solicitation Number DADW35-99-T-0625 has been asssigned and this
solicitation is being issued as a Request for Quotation. This
procurement is a 100% set-aside for small businesses. The Standard
Industrial Code is 5169 and the business size standard is 100
employees. The listing of contract line item numbers and items,
quantities and units of measure, (including options) is: Item 0001,
Base Year: 01 October 1999 through 30 September 2000, NSN:
6810-00-RC-41629, Furnish Liquid Ferric Chloride in accordance with
specifications described below. Estimated U/I Quantity 600 tons. Item
0002, Option Year 1: 01 October 2000 through 30 September 2001, NSN:
6810-00-RC-41629, Furnish Liquid Ferric Chloride in accordance with
specifications described below. Estimated U/I Quantity 600 tons. Item
0003, Option Year 2: 01 October 2001 through 30 September 2002, NSN:
6810-00-RC-41629, Furnish Liquid Ferric Chloride in accordance with
specifications described below. Estimated U/I Quantity 600 tons.
Delivery shall be F.O.B. Destination. The place of delivery of the
liquid ferric chloride will be the Waste Water Treatment Plant,
Building 9580, Route 198, Fort George G. Meade, MD. The quantity of 600
tons per year is an estimate only. This requirement will be awarded as
a fixed price requirements contract with two option periods that may
or may not be exercised. Delivery orders may be placed telephonically
or by facsimile. If they are issed by either of these methods, they
will be followed by a written hard copy. If a delivery order is issued
by telephone or by facsimile, it is considered "issued" upon receipt
of the telephoned order, or upon receipt of the facsimile. Delivery
must be made within seventy two (72) hours of issuance of delivery
orders. Delivery is to be made between the hours of 8:00 AM -- 11:00 AM
and 1:00 PM and 3:30 PM, Monday through Friday, excluding all Federal
Holidays. Federal Holidays are New Year's Day -- 1 January, Martin
Luther King, Jr's Birthday -- Third Monday in January, George
Washington's Birthday -- Third Monday in February, Memorial Day -- Last
Monday in May, Independence Day -- 4 July, Labor Day -- first Monday in
September, Columbus Day -- Second Monday in October, Veterans' Day --
11 November, Thanksgiving Day -- fourth Thursday in November and
Christmas Day -- 25 December. When a holiday falls on a Sunday, the
following Monday will be observed as a Legal holiday. When a holiday
falls on a Saturday, the preceding Friday is observed as a holiday by
U.S. Government agencies. The Ferric Chloride solution shall meet the
following specifications: Appearance: Orange/Brown Liquid;
Concentration:Liquid Ferric Chloride (FeC13) shall contain from 28% to
47% FeC13 by weight, which is 9.6 to 16.2% total iron as Fe. Not more
than 2.5% of total iron shall be in the ferrous state. The specific
gravity of the solution shall be in the range of 1.3 to 1.5. Weight per
gallon shall be 11.02 pounds to 13.04 pounds. Weight of FeC13 per
gallon of solution shall be 3.08 to 5.92 pounds per gallon. Freezing
point: Below -58 degrees F(-50 degrees C), concentration shall be
varied with the season and the point of destination to prevent freezing
during cold weather. Absolute viscosity of 86 degrees F (30 degrees C)
6.2 Centipost. Chemical composiiton: Ferrous chloride 2.5%, Free Acid
1.0%, suspended solids 0.5%, maximum particle size 800 microns.
Specific impurity requirements: The ferric chloride shall not contain
specific impurities in excess of the following limits (by weight), for
an expected maximum dosage not exceeding 60 MG/L on a dry ferric
chloride content basis. The water chemicals codex should be consulted
if alternative impurity limits are to be considered based on varying
dosage levels. Arsenic 80 MG/KG, Cadium 20 MG/KG, Chromium, 80 MG/KG,
Lead 80 MG/KG, Mercury 3 MG/KG, Selenium 20 MG/KG, Silver 80 MG/KG.
Deliveries shall be made by truck with capabilities to discharge Liquid
Ferric Chloride from truck into fiberglass tanks located in the
basement of building 9580. With each chemical delivery, the contractor
shall furnish weight certification verification by the highway weight
scales. At the time of delivery, an authorized government
representative shall withdraw three one pint samples of the solution
from each tank truck. The samples shall be sealed in airtight glass or
plastic containers and identified by a label which shall be affixed to
each bottle tested and signed by the sampler. Testing will be performed
by a certified Government laboratory technician at the Government's
expense. If the material fails to meet the specifications, the material
will be rejected and the cost of the analysis shall be borne by the
contractor. Upon request by the Government, the contractor shall
furnish an affidavit or other written certification that the material
furnished is in compliance with these requirements. A Material Safety
Data Sheet shall be furnished by the contractor with each delivery.
This transaction is exempted under Maryland Retail Sales Tax Exemption
Certificate No. 3000500-4 if shipments originate in or are to be
delivered within the State of Maryland. The Government will consider
use of the Visa Government Purchase Card as a method of payment for
this action. Offerors are required to complete and include a copy of
the following provisions with their offers: FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items; DFARS
252.212-7000, Offeror Representations and Certifications -- Commercial
items; DFARS 252.225-7035, Buy American Act -- North American Free
Trade Agreement Implementation Act -- Balance of Payments Program
Certificate as well as FAR Clause 52.223-3, Hazardous Material
identification and Material Safety Data. The Government intends to make
a single award to the responsible bidder whose offer is the most
advantageous to the Government considering price and price related
factors. Provision 52.212-2, Evaluation -- commercial items applies
with paragraph (a) completed as follows: Award will be made to the
bidder that meets the solicitations minimum criteria for acceptability
at the lowest price. Applicable clauses/provisions are: FAR Provision
52.212-1 -- Instructions to Offerors -- Commercial Items; FAR Clause
52.212-4, Contract Terms and Conditions Commercial Items, FAR Clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items, and Addenda with the
following paragraph (b) clauses annotated as being applicable; FAR
52.203-6, Restrictions on Subcontractor Sales to the Government --
AlternateI; FAR 52.211-16, Variation in Quantity (APR 1984)(The
permissible variation shall be limited to 10 percent increase and 10
percent decrease), FAR 52.219-8, Utilization of Small Disadvantaged and
Women Owned Small Business Concerns; FAR 52.219-14, Limitation on
Subcontracting; 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; FAR 52.222-37,
employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era; FAR 52.225-18, European Union Sanctions for End Products
(E.O. 12849. DFARS 252.212-7001, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items and Addenda, applies with the
following clauses applicable to paragraph (b); DFARS 252.225-70123,
Preference for Certain Domestic Commodities and DFARS 252.243-7002,
Certification of Requests for Equitable Adjustments. The Addenda
clauses are as follows: FAR 52.216-18, Ordering (OCT 1995), paragraph
(a), ("Such orders may be issued from date of award through 30
September 2000"). FAR 52.216-9, Delivery-Order Limitations,
subparagraph ()(22 tons), subparagraph (b)(1)(44 tons), subparagraph
(b)(2)(44 tons), subparagraph (b)(3)(5 days), paragraph (d) (3 days);
FAR 52.216-21, Requirements (OCT 95), paragraph (f),("Contractor shall
not be required to make any deliveries under this contract after 30
September 2000); FAR 52.217-9, Option to Extend the Term of the
Contract. Quotes will be evaluated without discussions with bidders.
Sealed quotes must be received no later than 3:00 PM, EST, 30 June
1999. Quotes sent via the US Postal Service and hand-carried quotes
must be sent to Department of the Army, Military District of Washington
Acquisition Center, ATTN: ANPC-ACM (Mrs. Claudia Colvin), 9410 Jackson
Loop, Suite 101, Fort Belvoir, VA 22060-5134. All quotes not sent
through the US Mail will be considered to be hand carried and direct
delivered. Direct delivery of quotes is only possible during weekdays,
excludng Federal holidays, between the hours of 7:00 AM and 3:30 PM.
See Numbered Note 1. Posted 06/08/99 (W-SN340450). (0159) Loren Data Corp. http://www.ld.com (SYN# 0316 19990610\68-0001.SOL)
68 - Chemicals and Chemical Products Index Page
|
|