MODIFICATION
68 -- NH3, BCL3, EtO, ASH3 CHEMICALS
- Notice Date
- 5/13/2004
- Notice Type
- Modification
- NAICS
- 325188
— All Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Support (ALTK), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669
- ZIP Code
- 87117-5669
- Solicitation Number
- HDTRA-04-T-0054
- Response Due
- 5/26/2004
- Archive Date
- 6/10/2004
- Point of Contact
- Laurene Morales, Contract Specialist, Phone 505-846-8579, Fax 505-846-4246,
- E-Mail Address
-
laurene.morales_contractor@ao.dtra.mil
- Description
- This action modifies Line Items on Combined synopsis/solicitation Solicitation Number: HDTRA2-04-T-0054 posted on April 19, 2004. Line Item 0001 - NH3 (ammonia) The contractor shall provide 700lbs of NH3 (ammonia) in 150lb cylinders (or as close to 150lb cylinders as possible) with a dip tube down to the bottom of the tank (1/8 inch from bottom preferred) with a ? inch (or as close to ? inch as possible) dual port value. A total of 4200lb provided in 700lb sets (5 cylinders with 140lbs per cylinder or 4 with 150lb and 1 with 100lbs) delivered to the Nevada Test site. NH3 must have a purity of 99% or greater. MSDS must be provided with solicitation response. Qty: variable, Line Item 0002 - BCL3 (Boron Trichloride) The contractor shall provide 700lbs of BCL3 (Boron Trichloride) in 150lb cylinders (or as close to 150lb cylinders as possible) with a dip tube down to the bottom of the tank (1/8 inch from bottom preferred) with a ? inch (or as close to ? inch as possible) dual port value. A total of 1400 lbs provided in 700lb sets (5 cylinders with 140lbs per cylinder or 4 with 150lb and 1 with 100lbs) delivered to the Nevada Test site. BCL3 must have a purity of 99% or greater. MSDS must be provided with solicitation response, Qty: variable, Line Item 0003 - EtO (Ethylene Oxide) The contractor shall provide 700lbs of EtO (Ethylene Oxide) in 150lb cylinders (or as close to 150lb cylinders as possible) with a dip tube down to the bottom of the tank (1/8 inch from bottom preferred) with a ? inch (or as close to ? inch as possible) dual port value. A total of 1400 lbs provided in 700lb sets (5 cylinders with 140lbs per cylinder or 4 with 150lb and 1 with 100lbs) delivered to the Nevada Test site. EtO must have a purity of 99% or greater. MSDS must be provided with solicitation response, Qty: variable, Line Item 0004 - Empty cylinder return. The contractor shall pick up all cylinders and dispose in accordance with all state and federal regulations. OPTION 1 Line Item 0005 - Boron Trichloride return, The contractor shall pickup from the Nevada Test any unused BCL3 and dispose of in accordance with state and federal laws. The price will be per filled cylinder returned. The returned quantity could be 1 to total provided. Qty: variable OPTION 2 Line Item 0006 - Ethylene Oxide Return, The contractor shall pickup from the Nevada Test Site any unused EtO and dispose of in accordance with applicable state and federal laws. The price will be per filled cylinder returned. The returned quantity could be 1 to total provided. Qty: variable, OPTION 3 Line Item 0007 - NH3 (ammonia), The contractor shall provide 700lbs of NH3 (ammonia) in 150lb cylinders (or as close to 150lb cylinders as possible) with a dip tube down to the bottom of the tank (1/8 inch from bottom preferred) with a ? inch (or as close to ? inch as possible) dual port value. A total of 2100 lbs provided in 700lb sets (5 cylinders with 140lbs per cylinder or 4 with 150lb and 1 with 100lbs) delivered to the Nevada Test site. NH3 must have a purity of 99% or greater. MSDS must be provided with solicitation response. Qty: variable, OPTION 4 Line Item 0008 - BCL3 (Boron Trichloride), The contractor shall provide 700lbs of BCL3 (Boron Trichloride) in 150lb cylinders (or as close to 150lb cylinders as possible) with a dip tube down to the bottom of the tank (1/8 inch from bottom preferred) with a ? inch (or as close to ? inch as possible) dual port value. A total of 700lbs delivered to the Nevada Test site. BCL3 must have a purity of 99% or greater. MSDS must be provided with solicitation response. Qty: variable, OPTION 5 Line Item 0009 - EtO (Ethylene Oxide) The contractor shall provide 700lbs of EtO (Ethylene Oxide) in 150lb cylinders (or as close to 150lb cylinders as possible) with a dip tube down to the bottom of the tank (1/8 inch from bottom preferred) with a ? inch (or as close to ? inch as possible) dual port value. A total of 700 lbs provided in delivered to the Nevada Test site. EtO must have a purity of 99% or greater. MSDS must be provided with solicitation response. Qty: variable. Delivery for BASIC (CLIN 1,2,3,4) and OPTION 3, 4, 5 (CLINs 7, 8, 9) requirements is 25 August 2004. Delivery for OPTION 1 (CLIN 5) and OPTION 2 (CLIN 6) is 1 October 2004. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered for Bechtel Nevada, Attn: Pat Sawyer, Mail Stop: NTS 401, Warehouse 160, Mercury, NV 89023-0677, 702-295-6305 or 702-295-0311 (24 hrs receiving) with final inspection and acceptance at destination. The following FAR provisions clauses and addenda apply to this acquisition: 52.212.1 - Instructions to Offerors - Commercial Items, 52.212-2 - Evaluation - Commercial Items. The Government will award a purchase order 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 offers: (1) Best Value. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. Other applicable clauses: 52.212-4 - Contract Terms and Conditions - Commercial Items, 52.212-5 - Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items and with the following applicable FAR clauses: 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 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 Vietnam Era; 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration; 52.243-1 - Changes - Fixed Price, 52.246-1 - Contractor Inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) Provision 252-212-7000 - Offeror Representations and Certifications - Commercial Items. The Following clauses and addenda apply to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 - Required Central Contractor Registration; 252.225-7001 - Buy American Act and Balance of Payment Program, and 252-247-7023 - Transportation of Supplies by Sea (10 U.S.C. 2631). Additional contract requirements are as follows: (1) Vendors 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; (2) Include a Delivery Schedule and the Discount/Payment Terms; (3) Include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) Include Taxpayer Identification Number (TIN), Cage Code Number, and Duns Number; (5) In accordance With DFARS 204-73, Vendor must be registered in Central Contractor registration (CCR). For Solicitations Issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR Database. Registration may be done by accessing the CCR via the Internet at http://www.ccr.gov. This is a DO-C9E rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later than 2:00pm (MST) COB: 26 May 04 to Defense Threat Reduction Agency, BDQC, Attn: Laurene Morales, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669. (Faxed quotes are acceptable, 505-846-4246). E-mail is laurene.morales_contractor@ao.dtra.mil. The anticipated award date is 2 Jun 04. Responsible sources may submit a quote, which shall be considered by this agency.
- Place of Performance
- Address: Bechtel Nevada, Attn: Pat Sawyer, Mail Stop NTS 401, Warehouse 160, Mercury, Nevada 89023-0677
- Zip Code: 89023-0677
- Country: USA
- Zip Code: 89023-0677
- Record
- SN00585786-W 20040515/040513212752 (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 |