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