Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2005 FBO #1285
MODIFICATION

53 -- Corrected Synopsis for Plastic and Glass Blast Media Originally Advertised on 5-17-05

Notice Date
6/1/2005
 
Notice Type
Modification
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-05-R-4005
 
Response Due
6/6/2005
 
Archive Date
8/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis replaces the original synopsis that appeared on May 17, 2005. This synopsis corrects the original synopsis by adding the terms of a combined synopsis/solicitation, changes the minimum guaranteed of plastic media to 10,000 lbs, adds the way price will be evaluated under lowest priced technically acceptable, and changes the date of receipt of proposals to 4:00 pm CT June 6, 2005. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 a s 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. This synopsis/solicitation is issued as a Request for Pr oposal for an Indefinite Delivery Indefinite Quantity Type contract to provide plastic and glass bead blast media for use in paint removal from US Army vehicles. Plastic and glass media will be delivered FOB Destination and used at Kansas Army National Gu ard, MATES and Regional Maintenance Sites, Fort Riley, Kansas. Award will be an Indefinite Delivery Indefinite Quantity Contract with a minimum guaranteed order of 10,000 lbs of plastic and 3,000 lbs of glass media and a maximum quantity of 160,000 lbs of plastic and 50,000 lbs of glass media. Deliveries may be made from date of contract award through 31 December 2005. Responsible sources must meet the following criteria: Contractor shall be included in the current published list of Approved Manufacturers of Plastic Media qualifying to Mil-P-85891 as published by the Air Force Corrosion Office at web site https://afcpco.robins.af.mil. Plastic media specification is: Type II (Urea Formaldehyde) mesh size Type 2 10-20 grit. Glass Media specification is: Whit e blast, Number Designation 2, Physical Description Course, Size Range (10-30); Anchor Pattern 3 mil; Partical Count 300,000/lb. The Plastic media shall be delivered in re-useable DOT approved containers or in other approved containers. One container wil l contain approximately 250 lbs of new plastic media. Containers shall be capable of being re-sealed, and shall be reusable to collect spent material for disposal to DRMO, Ft Riley, KS. The new plastic media containers shall be labeled identifying type o f plastic media, media size, batch number and new weight of plastic media. Glass white blast media will be delivered in 50 lb bags. KSARNG Quality Assessment personnel will spot check the quality of the plastic and glass media delivered under this contrac t. The contractor shall be responsible for all shipping, handling and transportation costs. Award will be made to the lowest priced technically acceptable proposal. Technically acceptable is compliance with MILSPEC requirements and being on the list of a pproved manufacturers of plastic media. Price will be evaluated by multiplying the unit price of each type of media by the guaranteed minimum quantity for each type of media and adding the two extended prices together. The lowest overall total price shall be considered the lowest priced proposal. Award will be made to a single source. Multiple awards will not be considered. The clause at FAR 52.212-4, Contract Terms and Conditions (2/2002) applies to this acquisition. The clause at FAR 52.212-5, Contract t erms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/2002) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with A lternate I; 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; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy A merican Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFA RS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (11/2001), is applicable to this acquisition. The clause at 52.212-3, Offerors Representations and Certifications shall be completed and submitted with your proposal. Proposals from responsible sources are due by 4 p.m., 6 June 2005 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Sandy Summers; or e-mail to: sandy.summers@ks.ngb.army.mil . Simplified Acquisition Procedures will be utilized. This request for proposal is a small business set-aside. NAISC code is: 327910. Business Size is 500 Employees.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00819331-W 20050603/050601212225 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.