Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

53 -- PLASTIC MEDIA BLASTING (PMB) ABRASIVE MATERIAL SOL N00244-99-T-B664 DUE 092999 POC Catherine McCollum, Phone (619) 532-2886; FAX (619) 532-2575 WEB: Click here to learn more about FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracts Specialist via, catherine_i_mccollum@sd.fisc.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004, "Required Central Contractor Registration" applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will render an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.mil/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product/service of a small business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis/ solicitation for commercial items prepared in accordance with FAR Part 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/ RFQ N00244-99-T-B664 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12.The Standard Industrial Code is 8999 and the business size standard is $5.0 million. This requirement is for a fixed-price supply/ service contract as follows: Line Item 0001: 9,000 lbs. of Size II, 20/40 mesh plastic blasting (PMB) abrasive material. Line Item 0002: 5,000 lbs. of Type V 20/30 grade "A" plastic media blasting (PMB) abrasive material. Contractor will deliver supplies under Line Item 0001 to the Supply & Comptroller Department; Shore Intermediate Maintenance Activity (SIMA) Bldg. 7; 32nd and Harbor Drive; San Diego, CA 92136. Three deliveries of 3,000 lbs. each will be required under Line Item 0001. The first delivery of 3,000 lbs. will be made in October 1999. The second delivery of 3,000 lbs. will be made in February 2000. The third delivery of 3,000 lbs. will be made in June 2000. Contractor will deliver supplies under LineItem 0002 to the Sandblast Facility; Bldg. 350; Naval Amphibious Base (Coronado); San Diego, CA 92155. Four deliveries of 1250 lbs. each will be required under Line Item 0002. The first delivery of 1250 lbs. will be made in October 1999. The second delivery of 1250 lbs. will be made in January 2000. The third delivery of 1250 lbs. will be made in April 2000. The fourth delivery of 1250 lbs. will be made in July 2000. Under both line items, material is to be delivered in rigid steel drums (capacity approximately 200 to 250 lbs.) A Material Safety Data Sheet (MSDS) and appropriate label must be attached/ adhered to every container. Contractor must notify the appropriate points of contact at each facility (points of contact will be provided upon award of contract) at least two weeks prior to each delivery. Contractor will pick up, from both sites, spent PMB material and recycle it in accordance with local, state, and federal EPA laws and regulations. Handling of spent waste must also be in accordance with local, state, and federal EPA laws and regulations. Pick up of spent PMB abrasive material must be coordinated with point of contact at each facility. Please note contractor must also comply with MIL-STD-129, Marking for Shipment and Storage. The Government anticipates a base year from 1 October 1999 through 30 September 2000, and two one-year option periods. Please quote for both the base year and both option years. Inspection and acceptance shall be at destination. F. O. B. Destination. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements; 52.223-3, Hazardous Material Identification and Material Safety Data; and 252.223-7001, Hazard Warning Labels. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7014, Preference for Domestic Specialty Metals; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. FAR clauses may be downloaded from the Internet at http: www.arnet.gov/far/. DFARS clauses may be downloaded from the Internet at http://farsite.hill.af.mil/vfdfarspdf.htm. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.209-5, Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters. The Government intends to make a single award to the responsible offeror 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 offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish sufficient product literature that demonstrates the products/services offered meet all requirements stated in the above purchase description. Parties responding to this solicitation may submit their quote with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but MUST INCLUDE THE FOLLOWING INFORMATION: company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery/ availability of product, the company's CAGE code, Dun and Bradstreet number, and Taxpayer Identification Number. In addition, literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 p.m., local time, on Wednesday, September 29th, 1999. Quotes will be accepted via fax (619) 532-2575 or via email (catherine_i_mccollum@sd.fisc.navy.mil) ONLY. DO NOT MAIL. Posted 09/23/99 (W-SN383998). (0266)

Loren Data Corp. http://www.ld.com (SYN# 0239 19990927\53-0004.SOL)


53 - Hardware and Abrasives Index Page