SOLICITATION NOTICE
68 -- MAGNESIUM HYDROXIDE SLURRY
- Notice Date
- 8/13/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28307-0120
- Solicitation Number
- DABK07-03-T-0228
- Response Due
- 8/25/2003
- Archive Date
- 10/24/2003
- Point of Contact
- Umetria Thomas, 910-396-4362 x. 216
- E-Mail Address
-
ACA, Fort Bragg
(thomasuw@bragg.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA The Fort Bragg Directorate of Contracting is soliciting quotations for Magnesium Hydroxide Slurry. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplemented with additional informati on included in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation is an Request For Quotation (RFQ), solicitation number DABK07-03-T-0228. The incor porated provisions and clauses can be found at http://www.arnet.gov/far or http://farsite.hill.af.mil. This requirement is set aside 100% for small business. The NAICS code is 325998 and the size standard is 500 employees. As authorized under FAR Subpa rt 13.5, simplified procedures will be used to evaluate offers and award a contract. The requirement has one line item with the same estimated quantity and description for a base year and three option years. The line item numbers, descriptions, quantitie s, and units are as follows: Line Items 0001 through 0004: Estimated Quantity 364 Net Ton (2,000LB); Magnesium Hydroxide Slurry consisting of a minimum of 91.5% MgO and a minimum of 58% solids mixable with water. Must be able to remain in suspension for up to three weeks in wastewater plant's storage tank which has no agitation. Product must be process engineered with the capability to stay in suspension for three weeks and must not be produced through a slaking process. Product must meet adequate pH r equirements of a minimum of 6.0 and a maximum of 9.0 on the effluent discharge and min. 7.0 in the oxidation ditches. The periods of performance are as follows: Line Item 0001 (Base Year): 01 Sept 03 through 31 Aug 04; Line Item 0002 (1st Option Year): 0 1 Sept 04 through 31 Aug 05; Line Item 0003 (2nd Option Year): 01 Sept. 05 through 31 Aug 06; Line Item 0004 (3rd Option Year): 01 Sept 06 through 31 Aug 07. The items specified in Line Items 0001 through 0004 are to be delivered to the Fort Bragg Wastewa ter Treatment Plant (WWTP), BLDG U-2004, Manchester Road, Ft. Bragg, NC 28310. The contractor providing chemicals under this contract shall have experience in the production and distribution of Magnesium Hydroxide Slurry and shall conform to all OSHA Safe ty requirements, EM 385-1-1 and local and state safety requirements. The contractor shall also follow Ft. Bragg rules and regulations while on the installation, to include Ft. Bragg and state traffic and vehicular laws. Contractor provided services shall be accomplished between the hours of 7:30 a.m. and 4:00 p.m., Monday through Friday, excluding Federal Holidays. Contractor is to provide approximately 14 tons per delivery (approximately every two weeks). Contractor is responsible for offloading produc t into the WWTP Magnesium Hydroxide bulk storage tank. Delivery orders will be placed by phone and deliveries are required to be received within 4 calendar day. Shipments will be FOB Ft. Bragg, NC. This is a requirements type contract. The quantities l isted above are estimates only. Payment will be made for actual quantities at the prices shown. Interested Contractors capable of furnishing the government with the products in this synopsis should submit two (2) copies of a quotation to the below addres s. The quotation shall include the itemized price and prompt payment terms. The quotation must reference solicitation number DABK07-03-T-0228. Quotations will be due on August 25, 2003, by 1:00 p.m. Quotations must be submitted in writing to the Fort B ragg Directorate of Contracting, Bldg 1-1333 Armistead and Macomb Streets, Fort Bragg, NC 28310, Attn: Ms. Umetria Thomas. The FAR/DFARS provisions and clauses as follows apply to the acquisition: FAR 52.212-1, Instructions to Commercial Offerors â C ommercial Items; FAR 52.212-2, Evaluation â Commercial Items. The evaluation factors are price and technical capability. Technical capability will be det ermined by the Government during technical review of Material Safety Data Sheets and quality assurance technical information data information sheet. Contractor must provide MSDS on the proposed product and a quality assurance technical data information she et with quotation. The current slurry provided to the Ft. Bragg WWTP is Dow MHT 50 S Magnesium Hydroxide Technical Grade Bulk. The product has been successfully tested with the existing injection equipment used at the Ft. Bragg WWTP. Any other product pr oposed must meet the application requirement for the existing feed equipment. Contract award will be made to the responsible offeror whose offer conforms to the solicitation requirements and provides the best value to the Government. FAR 52.212-4, Contra ct Terms and Conditions â Commercial Items; DFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.225-7000, Buy American Act â Balance of Payment Program Certificate; DFAR 252.225-7001, Buy American Act And Balance of Payment Prog rams; DFAR 252.225-7002, Qualifying Country Sources As Subcontractors; FAR 52.000-4000 Alternate Dispute Resolution (ADR); FAR 52.000-4004, Federal Holidays. FAR 52.000-4005, Invoices. Provide an Original and (1) copy of invoice to PWBC, Supply Section, ATTN: Expeditor, Ft. Bragg, NC 28310. A written bill shall be provided within three (3) working days after completion of each order. The written bill shall be forwarded to the designated cardholder placing the order. Payment will be made by IMPAC (VISA Credit Card). The purchase card limit for each order placed against the contract is $25,000.00. The Contractor shall not process a transaction for payment through the purchase card clearinghouse until the supplies have been furnished. FAR 52.211-16, Var iation In Quantity. The permissible variation shall be limited to: 10 percent increase; 10 percent decrease. The increase or decrease shall apply to each load. FAR 52.212-3, Offeror Representation and Certifications â Commercial Items (June 2003) a nd DFARS 252.212-7000, Offeror Representations and Certifications â Commercial Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with proposals. The best way t o complete this certification is to download the FAR Clauses at http://www.arnet.gov/far, print out the clause 52.212-3 and fill in the appropriate blanks. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders â Commercial Items. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (5)(i), (7), (15), (16), (17), (18), (19), and (31). FAR 52.216-18, Ordering. Orders may be issued from 01 Sept 03 through 31 August 04. Thomas Ru ssel, Public Works Business Center, Facility Maintenance Division and any duly appointed Acquisition Division personnel are authorized to place orders against the contract. FAR 52.216-19, Order Limitations: (a) Minimum order - 10 Tons; (b)(1) Maximum orde r - $25,000.00; (b)(2) $25,000.00; (b)(3) within 3 days; (d) within 3 days. FAR 52.216-21, Requirements. Contractor shall not be required to make any deliveries under this contract after 31 August 2004. FAR 52.217-9, Option to Extend the Term of the Con tract: (a) within anytime prior to expiration of the contract; provided that the Government gives the Contractor a preliminary notice of its intent to extend at least 30 days before the contract expires; (c) shall not exceed 54 months. Numbered note 1 app lies to this solicitation. Amendments, if any, will be published in the Army Single Face to Industry (ASFI) web page and posted to the Fort Bragg Directorate of Contracting Website at http://www.bragg.army.mil/www-doc/Contractors/SOLICIT.HTM. The POC fo r this requirement is Ms. Umetria Thomas, Contract Specialist, (910) 396-4362 x. 216; email thomasuw@bragg.army.mil; or fax 910-396-5603.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK07/DABK07-03-T-0228/listing.html)
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Country: US
- Zip Code: 28310-5000
- Record
- SN00400466-F 20030815/030813223400 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |