Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22, 2000 PSA #2691
SOLICITATIONS

68 -- TECHNICAL GASES

Notice Date
September 20, 2000
Contracting Office
Supply Department, Bldg 612, Purchasing Section, Marine Corps Air Station, Beaufort, SC 29904-5010
ZIP Code
29904-5010
Solicitation Number
M60169-00-Q-C060
Response Due
September 26, 2000
Point of Contact
Connie A Washington 843 228 7966
E-Mail Address
abrama@beaufort.usmc.mil (washingtonc@beaufort.usmc.mil)
Description
The Marine Corps Air Station, Beaufort, SC has a requirement for the Establishment of a requirements type contract for various gases as stated below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are bing requested and a written solicitation will not be issued. This solicitation number is: M60169-00-Q-C060. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18 and Defense Acquisition Circular 91-13. The Standard Industrial Code is 2813 with corresponding size standard of 1000. All qualified responsible business sources may submit an offer which shall be considered by the agency. The resultant contract will be a requirements type, with delivery orders issued for firm quantities. Quantities shown are best estimates. A contract for a base year with 4 twelve month option periods is planned. Contract Award -(a) The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost or price and other factors considered. (b) The Government may (1) reject any or all offers if such action is in the public interest (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. (c) The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are completed and returned as called for in this solicitation. Offerors not in possession of the above referenced clauses in full text may obtain them at http://www.arnet.gov/far. Effective 0l March 1998, all contractors must be registered in the Central Contractor Registration (CCR) database as a condition of contract award. Contractors may register at http://www/acq/osd.mil/ec or call the DOD Electronic Commerce Information Center at 800-334-3414. Responses to this solicitation are due by COB 26 SEP 00 and should be mailed to: Supply Officer, MCAS, Purchasing Branch, PO Box 55024, Beaufort, SC 29904. Offer must be in writing. Facsimiles will be accepted at (843)228-7268. No oral offers will be accepted. Please reference solicitation number on proposal. For questions regarding this solicitation contact Connie A. Washington at 843-228-7966. The contractor will furnish required number and type of full start up as follows: nitrogen 80 cf 12 nitrogen 304 cf, 12 nitrogen 306 cf, 4 sulfur dioxide, 150 lb, 9 chlorine, 150 lb, 12 acetylene, 10 cf, 22 acetylene, 225 cf, 4 oxygen,20 cf, 10 oxygen, 40 cf, 6 oxygen, 306 cf, 6 argon, 306 cf, 3 sodium hypochlorite, 2600 lbs, carbon dioxide (c02), 1200 lbs sodium hydroxide (caustic soda) 55 gal. drum, 7 Exchange/pick-up/delivery will take place at the designated building unless prior notification is provided by the Supply Officer or his designated representative or requested from an authorized Public Works Section Supervisor. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. base year -- period of performance will be 1 oct 00 30 sep 01. 0001. nitrogen (80 cf); 40 btls: 4 deliver to bldg 1515; 36 deliver to bldg 625. 0002. nitrogen (304 cf); 60 btls, deliver to bldg 426 0003. nitrogen (306 cf); 12 blts, deliver to bldg 625 0004. sulfur dioxide (15o lb btl); 6o btls: 20 deliver to bldg 556; 40 deliver to bldg 1496. 0005. chlorine (150 lb btl) ; 70 btls: 20 deliver to bldg 556; 50 deliver to bldg 1496. 0006. acetylene (10 cf); 73 btls: 25 deliver to bldg. 617; 48 deliver to bldg 1515. 0007. acetylene (225 cf); 12 btls deliver to bldg. 625. 0008. oxygen (20 cf) ;35 btls deliver to bldg. 617 0009. oxygen (40 cf) ; 26 btls deliver to bldg 1515 0010. oxygen (306 cf); 24 btls deliver to bldg. 625 0011. argon (306 cf); 6 btls deliver to bldg. 625 0012. sodium hypochlorite (chlorine bulk); 11,400 lbs; 600 lbs deliver to bldg 411, 600 lbs deliver to bldg 429, 5400 lbs deliver to bldg 610 and 4800 lbs deliver to bldg. 1539. 0013. carbon dioxide (c02) (bulk): 8400 lbs; 4800 deliver to bldg. 610 and 3600 deliver to bldg 1539. 0014. sodium hydroxide (caustic soda, 55 g allon drums); 145 drums: 75 deliver to bldg. 556 and 70 deliver to bldg 1496. option year 1 -- period of performance will be 1 oct 01 30 sep 02. 0015. nitrogen (80 cf); 40 btls: 4 deliver to bldg 1515; 36 deliver to bldg 625. 0016. nitrogen (304 cf); 60 btls, deliver to bldg 426 0017. nitrogen (306 cf); 12 blts, deliver to bldg 625 0018. sulfur dioxide (15o lb btl); 6o btls: 20 deliver to bldg 556; 40 deliver to bldg 1496. 0019. chlorine (150 lb btl) ; 70 btls: 20 deliver to bldg 556; 50 deliver to bldg 1496. 0020. acetylene (10 cf); 73 btls: 25 deliver to bldg. 617; 48 deliver to bldg 1515. 0021. acetylene (225 cf); 12 btls deliver to bldg. 625. 0022. oxygen (20 cf) ;35 btls deliver to bldg. 617 0023. oxygen (40 cf) ; 26 btls deliver to bldg 1515 0024. oxygen (306 cf); 24 btls deliver to bldg. 625 0025. argon (306 cf); 6 btls deliver to bldg. 625 0026. sodium hypochlorite (chlorine bulk); 11,400 lbs; 600 lbs deliver to bldg 411, 600 lbs deliver to bldg 429, 5400 lbs deliver to bldg 610 and 4800 lbs deliver to bldg. 1539. 0027. carbon dioxide (c02) (bulk): 8400 lbs; 4800 deliver to bldg. 610 and 3600 deliver to bldg 1539. 0028. sodium hydroxide (caustic soda, 55 g allon drums); 145 drums: 75 deliver to bldg. 556 and 70 deliver to bldg 1496. option year 2 -- period of performance will be 1 oct 02 30 sep 03. 0029. Nitrogen (80 cf); 40 btls: 4 deliver to bldg 1515; 36 deliver to bldg 625. 0030. Nitrogen (304 cf); 60 btls, deliver to bldg 426 0031. Nitrogen (306 cf); 12 blts, deliver to bldg 625 0032. Sulfur dioxide (15o lb btl); 6o btls: 20 deliver to bldg 556; 40 deliver to bldg 1496. 0033. Chlorine (150 lb btl) ; 70 btls: 20 deliver to bldg 556; 50 deliver to bldg 1496. 0034. Acetylene (10 cf); 73 btls: 25 deliver to bldg. 617; 48 deliver to bldg 1515. 0035. Acetylene (225 cf); 12 btls deliver to bldg. 625. 0036. Oxygen (20 cf) ;35 btls deliver to bldg. 617 0037. Oxygen (40 cf) ; 26 btls deliver to bldg 1515 0038. Oxygen (306 cf); 24 btls deliver to bldg. 625 0039. Argon (306 cf); 6 btls deliver to bldg. 625 0040. Sodium hypochlorite (chlorine bulk); 11,400 lbs; 600 lbs deliver to bldg 411, 600 lbs deliver to bldg 429, 5400 lbs deliver to bldg 610 and 4800 lbs deliver to bldg. 1539. 0041. Carbon dioxide (c02) (bulk): 8400 lbs; 4800 deliver to bldg. 610 and 3600 deliver to bldg 1539. 0042. Sodium hydroxide (caustic soda, 55 g allon drums); 145 drums: 75 deliver to bldg. 556 and 70 deliver to bldg 1496. Option year 3 -- period of performance will be 1 oct 03 30 sep 04. 0043. Nitrogen (80 cf); 40 btls: 4 deliver to bldg 1515; 36 deliver to bldg 625. 0044. Nitrogen (304 cf); 60 btls, deliver to bldg 426 0045. Nitrogen (306 cf); 12 blts, deliver to bldg 625 0046. Sulfur dioxide (15o lb btl); 6o btls: 20 deliver to bldg 556; 40 deliver to bldg 1496. 0047. Chlorine (150 lb btl) ; 70 btls: 20 deliver to bldg 556; 50 deliver to bldg 1496. 0048. Acetylene (10 cf); 73 btls: 25 deliver to bldg. 617; 48 deliver to bldg 1515. 0049. Acetylene (225 cf); 12 btls deliver to bldg. 625. 0050. Oxygen (20 cf) ;35 btls deliver to bldg. 617 0051. Oxygen (40 cf) ; 26 btls deliver to bldg 1515 0052. Oxygen (306 cf); 24 btls deliver to bldg. 625 0053. Argon (306 cf); 6 btls deliver to bldg. 625 0054. Sodium hypochlorite (chlorine bulk); 11,400 lbs; 600 lbs deliver to bldg 411, 600 lbs deliver to bldg 429, 5400 lbs deliver to bldg 610 and 4800 lbs deliver to bldg. 1539. 0055. Carbon dioxide (c02) (bulk): 8400 lbs; 4800 deliver to bldg. 610 and 3600 deliver to bldg 1539. 0056. Sodium hydroxide (caustic soda, 55 g allon drums); 145 drums: 75 deliver to bldg. 556 and 70 deliver to bldg 1496. Option year 4 -- period of performance will be 1 oct 05 30 sep 06. 0057. Nitrogen (80 cf); 40 btls: 4 deliver to bldg 1515; 6 deliver to bldg 625. 0058. Nitrogen (304 cf); 60 btls, deliver to bldg 426 0059. Nitrogen (306 cf); 12 blts, deliver to bldg 625 0060. Sulfur dioxide (15o lb btl); 6o btls: 20 deliver to bldg 556; 40 deliver to bldg 1496. 0061. Chlorine (150 lb btl) ; 70 btls: 20 deliver to bldg 556; 50 deliver to bldg 1496. 0062. Acetylene (10 cf); 73 btls: 25 deliver to bldg. 617; 48 deliver to bldg 1515. 0063. Acetylene (225 cf); 12 btls deliver to bldg. 625. 0064. Oxygen (20 cf) ;35 btls deliver to bldg. 617 0065. Oxygen (40 cf) ; 26 btls deliver to bldg 1515 0066. Oxygen (306 cf); 24 btls deliver to bldg. 625 0067. Argon (306 cf); 6 btls deliver to bldg. 625 0068. Sodium hypochlorite (chlorine bulk); 11,400 lbs; 600 lbs deliver to bldg 411, 600 lbs deliver to bldg 429, 5400 lbs deliver to bldg 610 and 4800 lbs deliver to bldg. 1539. 0069. Carbon dioxide (c02) (bulk): 8400 lbs; 4800 deliver to bldg. 610 and 3600 deliver to bldg 1539. 0070. Sodium hydroxide (caustic soda, 55 g allon drums); 145 drums: 75 deliver to bldg. 556 and 70 deliver to bldg 1496. Statement of work All gases listed on rfq will be delivered bi-monthly, the first (lst) and the fifteenth (15th) of the month. If the first or fifteenth falls on a weekend or holiday, gases will be delivered on the following workday. As listed on rfq, the contractor will furnish the required number and types of full "start-up" bottles needed for operational and stand-by use. Bottles will be located at the buildings listed on rfq. Exchange/pick-up/delivery will take place at the listed buildings unless prior notification is provided by the Supply Officer, Purchasing Section, or designated representative. All bottled gases will be exchanged by the contractor on a one for one bases i.e., the contractor receives one empty bottle and leaves one full bottle. The contractor will furnish bottles with valve connections to match existing equipment without modifications to government equipment. 5. The contractor will be responsible for the testing and repairs of all furnished bottles. Emergency or short order deliveries for bottle gases will be delivered by the contractor within twenty-four (24) hours after receipt of notification from the Supply Officer, Purchasing Section, or designated representative. The contract will allow for only two (2) emergency deliveries per month at no additional charge. The contractor will be allowed to place additional delivery charge costs to the billing for more than two (2) emergency deliveries per month. Emergency deliveries will be restricted to the Waste Water Treatment Plants located at Bldg. 1496 Laurel Bay and MCAS,Steam Plant located at Bldg. 426 MCAS, Water Treatment Plant located at Bldg. 556 mcas and the Swimming Pools located at Laurel Bay and MCAS. Short orders for welding and other gases will be approved by the Supply Officer on a case by case basis depending on the urgency of requirement, next schedule delivery and number of emergency deliveries made during the month. Gases indicated need to be delivered directly to the location specified. MSDS's are to be Provided for each chemical at the start of each option year. A government employee will be on site during delivery. Receipts are to be signed by and given to the employee. Contractor will report to the following representative for check-in: Section Building POC Public Work Maintenance MCAS 625 Art Simmons Public Work Maintenance MCAS 426 David Brown Public Works/Swimming Pool MCAS 556 Charles Phillips Public Works Tool Room MCAS 617 Ed Groemminger Housing Maint (Laurel Bay) LBH Charles Rosenbaum Upon checking in with the designated person at each Public Works Section, the contractor will be escorted /accompanied by a Public Works employee to the buildings listed above. All gases listed on RFQ have been estimated for monthly and yearly usage. The following provisions and clauses apply to this solicitation: evaluation factors: The Government will award a Purchase order resulting from this Request for Quotation to the technically acceptable, responsive, responsible offeror based on price alone. clauses incorporated by reference: Far 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.2124 Contract Terms and Conditions -- Commercial Items; FAR 52.232-18 Availability of Funds; FAR 52.246-1 Contractor Inspection Requirements; Dfar 252.204-7004 required central contractor registration; dfar 252.223-7001 hazard warning labels; Clauses incorporated by full text 52.212-3 offeror representations and certifications -- commercial items, is (jul 1999) (a) Definitions. As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the standard industrial classification code designated. "Small business concern" means a concern, including its affiliates. That is independently owned and operated. Not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Women-owned small business concern means a small business concern -- (1)Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women: and (2) Whose management and daily business operations are controlled by one or more women, "Women owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned bv one or more women; and whose management and daily business operations are controlled by one or more women. (b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109,3-1 U.S.C. 7701). Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this provision to comply with debt collection requirements of3 I U.S.C. 7701(c) and 3325(d), reporting requirements of26 U.S.C. 6041, 6041 A, and 6050N1, and Implementing regulations issued by the Internal Revenue Service (irs). The tin may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 u.s.c. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in far 4.904. the tin provided hereunder may be matched with IRS records to verify the accuracy of the offeror's tin. (3) Taxpayer Identification Number (TIN). tin:__________________________ tin has been applied for. tin is not required because: Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; Offeror is an agency or instrumentality of a foreign government: ___ Offeror is an agency or instrumentality of the Federal Government. (4)Type of organization. __Sole proprietorship: __Partnership: __Corporate entity (not tax-exempt);__Corporate entity (tax-exempt);__Government entity (Federal. State, or local): __Foreign government:__International organization per 26 CFR 1.6049-4;__Other ________________________________________ (5) Common parent.__Offeror is not owned or controlled by a common parent:__Name and TIN of common parent: Name ________________________________________________ TIN ________________________________________________ (c) Offerors must complete the following representations when the resulting contract is to be performed inside the United States. its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. Check all that apply. I ) Small business concern. The offeror represents as part of its offer that it ( ) is, ( )is not a small business concern.(2) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( )is, ( )is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(4) and (c)(5) only if this solicitation is expected to exceed the simplified acquisition threshold. (4) 'Women-owned business concern (other than small business concern). (Complete only if the offeror is a women -owned business concern and did not represent itself as a small business concern in paragraph (c)(l) of this provision.) The offeror represents that it ( ) is a women-owned business concern. (5)The bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract pr
Record
Loren Data Corp. 20000922/68SOL003.HTM (W-264 SN499003)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on September 20, 2000 by Loren Data Corp. -- info@ld.com