Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2000 PSA #2688
SOLICITATIONS

68 -- CHEMICALS FOR NOGALES INTERNATIONAL WASTEWATER TREATMENT PLANT, NOGALES, SANTA CRUZ COUNTY, ARIZONA

Notice Date
September 15, 2000
Contracting Office
International Boundary & Water Commission, United States Section, The Commons, Building C, Suite 310, 4171 N Mesa St., El Paso TX 79902-1441
ZIP Code
79902-1441
Solicitation Number
RFQ H-20-00
Response Due
September 25, 2000
Point of Contact
Sherrill Brinkley 915-832-4713
E-Mail Address
IBWC,Acq. Div. (sherrybrinkley@ibwc.state.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ H-20-00 and is being issued as a Request for Quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This requirement is 100% set-aside for small business concerns (applicable Commerce Business Daily Numbered Note: 1). The applicable SIC code for this procurement is 2819 with a small business standard of 1,000 employees or less. The United States Section of the International Boundary and Water Commission, United States and Mexico (USIBWC), has a requirement for a firm-fixed price requirements commercial item contract for a basic period effective October 1, 2000 through September 30, 2001 with four one year option periods to extend the term of the contract for the estimated quantities for the following commodities: Item No. 1: Calcium Hypochlorite, 65% chlorine content, granular, in 100-lb drums, 76 drums; Item No. 2: Calcium Hypochlorite, 65% chlorine content, 1" tablets in 100-lb drums, 48 drums; Item No. 3: Calcium Hypochlorite, 65% chlorine content, 3" tablets (must be PPG tablets) in 55-lb drums, 504 drums; Item No. 4: Gaseous Chlorine in 1-ton cylinders, 72 cylinders; Item No. 5: Sulfur Dioxide in 150-lb cylinders, 451 cylinders. Offerors must submit firm prices for all items to include option years. Offers submitted on any other basis may be rejected. By requesting the offeror to submit prices for periods that extend beyond the basic award period as provided for in the option provision, the Government is in no way bound to purchase any services and/or materials beyond the basic award period. The place of delivery and acceptance is the USIBWC Nogales Field Office, 865 Rio Rico Industrial Park, Rio Rico, Arizona. FOB Destination three (3) to four (4) calendar days afer receipt of an oral Delivery Order. Projected delivery order frequency and estimated quantities: One Each Quarter -- Item No. 1, Granular Calcium Hypochlorite, 30 100 lb drums; Item No. 2 -- 1" Tablet Calcium Hypochlorite, 12 100-lb drums; Item No. 3 -- 3" Tablet Calcium Hypochlorite, 126 55-lb drums. Every Two Weeks: Item No. 4 -- Gaseous Chlorine, 3 1-ton cylinders; and Item No. 5 -- Sulfur Dioxide, 18 150-lb cylinders. Delivery Orders issued against this contract will be issued orally by personnel identified in the awarded purchase order, along with the dollar limitation per purchase for each individual. Only the personnel identified are authorized to issue oral Delivery Orders under this contract, and only in accordance with the provision of Federal Acquisition Regulation (FAR) 52.216-18. As a minimum, the oral orders will provide the purchase order number and the credit card number to be charged. The delivery ticket/invoice shall contain: (1) Contractor's name, (2) Purchase Order Number, (3) Name of authorized individual placing order, (4) Date of order, (5) Date of delivery, (6) itemized list of supplies furnished, and (7) Quantity, Unit price, and Extension of Each Item, less any applicable discount. Delivery tickets shall never include the credit card account number and shall bear the annotation "credit card purchase" only. The maximum discount available should be provided in view of order placement with credit card authorization The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition and is incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and is incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to the acquisition and is incorporated by reference.. The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive order applicable to acquisitions of commercial items The additional FAR clauses cited in 52.212-5 that are applicable to the acquisition are as follows: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.232-36, Payment by Third Party. In addition, the following FAR clauses apply to this acquisition and are incorporated by reference: 52.216-18, Ordering, with paragraph (a) completed as "...orders may be issued from October 1, 2000 through September 30, 2001"; 52.216-19, Order Limitations, with paragraph (a) completed as "...in an amount less than one unit of any line item," paragraph (b)(l) completed as "...in excess of the total estimated quantity specified for each item," paragraph (b)(2) completed as "...the cumulative total estimated quantities specified for all items...." paragraph (b)(3) completed as "A series of orders from the same ordering office within three hundred sixty five (365) days that..."; 52.216-21, Requirements, with paragraph (f) completed as "...the Contractor shall not be required to make any deliveries under this contract after October 4, 2001"; 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract, with paragraph (a) completed as "The Government may extend the term of this contract by written notice to the Contractor within five (5) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days .....," paragraph (c) is completed as "...shall not exceed sixty (60) months." The referenced provisions and clauses are available on the Internet at http:www.arnet.gov/far/. Quotations will be evaluated on either (1) an "all or none" basis for each line item with multiple awards, one for each line item, with a total of five awards possible; or (2) an "all or none" basis for all of the line items, whichever is most advantageous to the Government. For the purpose of making multiple award evaluations, the administrative cost to the Government is assumed to be $500 for issuing and administering each contract awarded under the solicitation. Individual awards shall be for the line items or combinations of line items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. Offerors shall provide three (3) customer references with business name, address, and point of contact with telephone and facsimile numbers. Quotations are due September 27, 2000 by 4:00 PM MST at the International Boundary and Water Commission, United States and Mexico, United States Section, Attn: Sherry Brinkley, RFQ H-20-00 4171 North Mesa, C-310, El Paso, Texas 79902-1441. For further information contact Sherry Brinkley at (9l5) 832-4713. Intenet address: http://www.sherrybrinkley@ibwc.state.gov. Offerors may submit facsimile quotations as responses to this solicitation. Facsimile quotations are subject to the same rules as paper quotations. The telephone number of receiving facsimile equipment is: (915) 832-4192. If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document: (1) the Contracting Officer shall immediately notify the offeror and permit the offeror to submit the proposal; (2) the method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) the resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The Government reserves the right to make award solely on the facsimile quotation. However, if requested to do so by the Contracting Officer, the apparently successful offeror shall promptly submit the complete original signed quotation. Offers are solicited only from small business concerns. Quotations received from concerns that are not small business concerns shall be determined unacceptable and shall not be considered for award.
Web Link
IBWC,Acq.Div. (http://www.ibwc.state.gov)
Record
Loren Data Corp. 20000919/68SOL001.HTM (W-259 SN497358)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on September 15, 2000 by Loren Data Corp. -- info@ld.com