Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580

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

68 -- CHEMICALS AND CHEMICAL PRODUCTS SOL N00244-00-T-0814 DUE 042800 POC Ralph A. Franchi, Contract Specialist, 619-532-2517 WEB: ., .. E-MAIL: Click here to contact the Contract Specialist via, ralph_a_franchi@sd.fisc.navy.mil. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with format in the FAR Part 12.6 as supplemented with additional information included in this notice. IMPORTANT NOTICE: DFARS 252.204-7004 "Central Contractor Registration" (CCR) is required applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr2000.com and/or call the CCR Assistance Center at 888-227-2423 for more information. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number: N00244-00-T-0814 is hereby applicable. This solicitation is being issued as a RFQ (Request for Quote). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This solicitation is issued on an unrestricted sole source basis. Suggested sources of supply is Chemsearch Inc. FSCM: 1NM96. The Standard Industrialization Classification Code is 5169 and the business size standard is 100 employees. FISC San Diego is announcing a requirement for the following material: Item 0001: X-Ray Film Processing Drain Cleaner (medical application), (20) Kits per month; p/n: 4723, Base year, and four, one year options. Requirement descriptions/specifications: Activity has twenty drains, each kit will service one drain. The drain cleaner must be designed to break apart crystalline buildup and sludge buildup in the x-ray processor drain. The cleaner should be able to identify any dry traps and faulty plumbing that could allow dangerous sewer gases and foul odors that may enter the facility. The cleaner should also be a deodorizer. The contractor shall schedule and provide training on the proper application, handling and disposal of the products in the kit. The contractor shall provide assistance in the application of the product for the first two months. Weekly follow up assistance is to be provided to troubleshoot any problems that may arise is the drain areas. The contractor shall provide during each year on going training to new Government personnel and safety seminars upon request. The contractor is to provide a 100% guarantee that drains will not clog. In the event that drains clog there will be unlimited cleanings at no charge to the Government. In the event that damage occurs to the drains and/or drain lines the contractor will cover costs to re-plumb the drains and/or drain lines. In the event that damage occurs to equipment, the contractor shall replace the equipment and/or repair. The Government is requesting that proof of liability insurance be carried throughout the life of the contract. The proposed period of performance is: Base Year 5-1-00 to 9-30-00, Option Year I 10-1-2000- 9-30-2001, Option Year II 10-1-2001-9-30-2002, Option Year III 10-1-2002-9-30-2003, Option Year IV 10-1-2003-9-30-2004; Suggested source: OEM: Chemsearch Inc., fscm: 1NM96. Delivery, Inspection/Acceptance of all material will be made and performed at the Public Works Center-San Diego 92134, Naval Regional Medical Center Location; FOB/Destination; Pricing quoted is to be considered Firm Fixed Pricing and is to include all costs for material, training services, additional services specified and all shipping costs. Submit a price breakdown listing unit cost, unit pricing per month, and total yearly cost for the base year and subsequent option years. The material product code and specifications listed in this solicitation is intended to be descriptive not restrictive. The information is used to portray the characteristics and level of quality that will satisfy the Government's needs. To be considered for award, offers of "equal" products must meet the salient physical, functional and other characteristics of the drain cleaner material listed in this solicitation. The additional aspects of training, service and liability coverage must also be met. Descriptive literature, technical informative or other such information must be provided to the Contracting Officer and requiring activity for technical review. Contact the Contracting Officer for additional information regarding this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE. THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of items to meet the requirement (ii) Past Performance (iii) Pricing (iv) Liability Insurance Step One Evaluation: (i) To be determined technically acceptable, the contractor must furnish the required technical information in the form of descriptive literature, specification sheets or other type information. Submit current MSDS and submit a completed DFARS 252.223-7001 Hazard Warning Label form. (ii) Contractors are to provide a minimum of two (2) prior sales in the past year for the material/services being offered. Provide contract number, date of sale, items sold, unit prices and the Government activity or commercial company, point of contact/phone number. (iii) Contractors must provide current commercial pricing. Include any current commercially published price lists or catalogs price listings. Pricing will be compared to the price listings and to other quotations received. (iv) Submit copy of standard commercial liability coverage information. ***Note*** Technical information may be submitted electronically via e-mail or a separate computer disk in MS Word latest version. Only those quotations which have been determined to have met all factors will be considered for award. Ability to meet the requirements set forth in this announcement shall be demonstrated by the contractor's submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government's requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer the Government intends to evaluate quotations without discussion and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; NOTE: This provision is considered a "fill-in". All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.223-3 Hazardous Material Identification and Material Safety Data, DFARS 252.223-7001 Hazard Warning Labels FAR 52.232-33 Mandatory Information for electronic funds transfer payments, FAR 52.247-34 FOB Destination, 5252.246-9401 Standard Commercial Warranty-Oct 1995; The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under any "Inspection" clause that may be in the contractor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of this contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of it's standard commercial warranty (if applicable) with it's offer. The warranty covers a period of ( ) months. Offeror is to insert number of months. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns, 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 SpecialDisabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Registration (31 USC 3332); DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, DFARS 252.225-7007 Buy American Act-Trade Agreements-Balance of Payment Program; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.243-7002 Certification of Requests for Equitable Adjustment (10 USC 2410). Submit quotations via FAX to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Contract Specialist, Code 2611. 619-532-2347 fax. Address all questions or inquiries to: 619-532-2517 or e-mail: ralph_a_franchi@sd.fisc.navy.mil Reference solicitation number: N00244-00-T-0814 on all documents and requests for information. See numbered Note 12. Quotes must be received no later than COB 4:00 p.m. (PST) on 04/28/00. Posted 04/13/00 (W-SN444861). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0325 20000417\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page