Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

68 -- Chemicals and Chemical Products

Notice Date
6/5/2012
 
Notice Type
Presolicitation
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017812Q1003
 
Response Due
6/22/2012
 
Archive Date
9/30/2012
 
Point of Contact
Roberta Moss 540-653-7088 Roberta Moss,
 
E-Mail Address
40-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted in both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce OnLine (NECO) site, located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWC/DD) intends to issue Blanket Purchase Agreements (BPAs) and extend existing BPAs in support of the Integrated Weapons System Testing Branch for various hazardous materials, specifically c02, in accordance with FAR Part 13, Simplified Acquisition Procedures. A BPA is a streamlined method for acquiring products and services on an as-needed basis from qualified sources that are readily available, thus eliminating the need for repetitive re-procurements and providing a cost savings. BPAs will be done on a competitive basis and may be issued for up to a two (2) year period. The maximum quantity of CO2 purchased per order (call under the BPA) will be 14 tons (30,000 lbs). The maximum quantity percall will be 10,000 lbs. the total quantity that will be purchased during the two (2) year period will be dependent on the number of tests required to meet program requirements. Usage during the two (2) year period is expected to be a total value not to exceed $400,000. The contractor will have an active Hazard Communication Program in place for all contractor employees per 29 C.F.R. 1910.1200. Before delivery of any material onto NSWCDD property, an inventory and Material Safety Data Sheet (MSDS) for these materials will be provided by the contractor to the contracting officer or the designated representative. In Compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) , the Government will utilize Wide area Workflow (WAWF) to electronically process vendor requests for payment. The NAICS code for this requirement is 424690, with a size standard of 100 employees. Delivery shall be F.O.B. Destination, King George, Virginia 22485. All BPAs will be issued as firm-fixed price orders. BPAs will be issued on the basis of past performance. Interested vendors should provide a minimum of five (5) past performance references. These references should include the name of the business, address and telephone number, point of contact, contract/purchase order number and item description. Past performance will be evaluated based upon quality and timeliness of delivery. The Government reserves the right to use additional past performance references if necessary. Failure to supply the requested information will affect your ability to be awarded a Blanket Purchase Agreement (BPA). Interested parties are requested to provide their capabilities by providing specifications, brochures, manuals, reports or other information pertaining to experience in this particular area that would enhance our consideration and evaluation of the information being submitted. Respondents should provide their CAGE Code and DUNs number for verification of inclusion in the Central Contractor Registry. Responsibility determinations will also precede issuance of a BPA, and will be conducted in accordance with FAR 9.104. Interested parties are encouraged to address the seven (7) elements of responsibility contained in FAR 9.104: 9.104-1 General standards. To be determined responsible, a prospective contractor must (a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a)); (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) Have a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2; (d) Have a satisfactory record of integrity and business ethics (for example, see Subpart 42.15). (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).) (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108). AND, to complete the On-line Representations and Certifications Application (ORCA) at: http://orca.bpn.gov/ Responses or questions regarding this announcement should reference Synopsis # N00178-12-Q-1003, and should be directed to Roberta Moss at: roberta.moss@navy.mil. the requested documentation should be submitted no later than noon, June 22, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q1003/listing.html)
 
Record
SN02766340-W 20120607/120605235114-dc6866138bc396929ddb90e0ee4a8b63 (fbodaily.com)
 
Source
FedBizOpps 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.