Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364

USA 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