SOLICITATION NOTICE
68 -- Liquid Cationic Polymer
- Notice Date
- 10/20/2020 6:54:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060421Q4000
- Response Due
- 11/3/2020 12:00:00 AM
- Archive Date
- 11/18/2020
- Point of Contact
- JESSICA VICTOR 808-589-8136
- E-Mail Address
-
jessica.t.victor@navy.mil
(jessica.t.victor@navy.mil)
- Awardee
- null
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the Simplified Procedures for Certain FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both Beta SAM Contract Opportunities and NECO (https://www.neco.navy.mil/). The RFQ number is N0060421Q4000 This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-01 and DFARS Publication Notice 2020-10-01. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 325998 � Other miscellaneous chemical manufacturing and the Small Business Standard is 500 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the decision. The NAVSUP Fleet Logistics Center Pearl Harbor intends to award a Firm-Fixed Price (FFP), Single Award Indefinite Delivery Requirements (IDR) type contract with Economic Price Adjustment (EPA) for the following: CLIN 0001 � Liquid Cationic Polymer (Ordering Period December 1st, 2020 thru November 30th, 2021) � See Table A provided below for the salient characteristics. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes. CLIN 0001 Liquid Cationic Polymer (Ordering Period December 1st, 2020 thru November 30th, 2021) See delivery instructions provided in this solicitation. See Table A provided in this solicitation for technical performance criteria. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes. CLIN 1001 Liquid Cationic Polymer (Ordering Period December 1st, 2021 thru November 30th, 2022) See delivery instructions provided in this solicitation. See Table A provided in this solicitation for technical performance criteria. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes. CLIN 2001 Liquid Cationic Polymer (Ordering Period December 1st, 2022 thru November 30th, 2023) See delivery instructions provided in this solicitation. See Table A provided in this solicitation for technical performance criteria. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes. CLIN 3001 Liquid Cationic Polymer (Ordering Period December 1st, 2023 thru November 30th, 2024) See delivery instructions provided in this solicitation. See Table A provided in this solicitation for technical performance criteria. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes. CLIN 4001 Liquid Cationic Polymer (Ordering Period December 1st, 2024 thru November 30th, 2025) See delivery instructions provided in this solicitation. See Table A provided in this solicitation for technical performance criteria. Maximum quantity is 40 totes per year. Quoter shall use Attachment I to provide price quotes. DELIVERY INSTRUCTIONS: The Contractor shall provide a projected yearly estimate of 40 totes (11,000 gallons) of polymer, delivered in tote-bins that hold 275 gallons. The estimated delivery per month is three to four 275-gallon tote bins. a) The quantity identified in each order shall be delivered to Building 1342, Waste Water Treatment Plant, Fort Kamehameha, JBPHH, HI 96860 within seven (7) calendar days from the date individual order is placed. b) An Material Safety Data Sheet (MSDS) and a certificate of shelf life shall accompany each shipment. At the time of delivery, material supplied shall have at least six months of shelf life remaining per tote-bin. c) All delivered totes shall be from the same manufacturer�s lot. d) The Contractor shall be responsible for the removal and disposal of empty-tote-bin(s) at time of delivery. e) Government forklift and operator may be available to assist in offload at delivery site. JAR TESTING PROCEDURES: Quoters may submit more than one sample for award consideration. A separate quote shall be provided for every sample submitted for testing. Technical acceptability will be dependent upon results of a jar test. Quoters seeking to supply the Government shall, at the vendor�s expense, submit a minimum of 100 mL but not greater than 250 mL liquid sample in a waterproof/leak proof container delivered to the address and POC listed below: NAVFAC Hawaii Building 44 � Central Receiving 400 Marshall Road Pearl Harbor, HI 96860 Attn: SHIRLEY SANTIAGO, PH: 808-630-5772 SAMPLES N0060421Q4000 All samples shall be clearly marked. Each product sample submitted shall have the manufacturer�s name, manufacturer�s location, manufacturer�s phone number, manufacturer�s model or manufacturer part number. Technical acceptability for each product submitted shall be determined by the following factors listed in Table A � Technical Performance Criteria. Products that meet or exceed the technical performance criteria listed in Table A of this solicitation will be determined to be technically acceptable. A flocculation jar test based on ASTM D2035-19 Standard Practice for Coagulation-Flocculation Jar Test of Water, will be conducted using wastewater from the NAVFAC HI Waste Water Treatment Plant. The wastewater has a pH range of 6 to 8 and a chloride content of 5000 to 6500 mg/L. All samples are due by the date specified in the solicitation and samples will not be returned. All jar test samples are due by close of 5:00PM Hawaii Standard Time, Friday, November 6, 2020. TABLE A � TECHNICAL PERFORMANCE CRITERIA Technical Performance Sub-Factors Acceptable Performance Threshold 1. Settling Rate Not less than 500 ml after 15 minutes 2. Turbidity Not greater than 6 NTU 3. Floc Formation Not less than 4mm 4. pH Range 6 to 8 WRITTEN ORDERS: If written orders are placed, they will contain the following information consistent with the terms of the contract: (a) Date of order; (b) Contract number and order number; (c) Requisition number; (d) Item number and description, quantity ordered, unit price and contract price; (e) Place of delivery or performance (including consignee); (f) Packaging, packing, and shipping instructions if any required; (g) Accounting and appropriation data; (h) Inspection invoicing and payment provisions to the extent not covered in the contract; and any other pertinent information. ORAL ORDERS (INDEFINITE DELIVERY CONTRACTS): Oral orders may be placed provided the following conditions are complied with: (a) No oral order will exceed $150,000 or such lesser amount as may be specified elsewhere in the schedule of this contract. (b) The contractor shall furnish with each shipment a delivery ticket, in triplicate, showing: contract number, order number under the contract; date order was placed, name and title of person placing order; an itemized listing of supplies or services furnished; unit price and extension of each item; and, delivery or performance date. (c) Invoices for supplies or services furnished in response to oral orders shall be accompanied with a received copy of each related delivery ticket. (d) The ordering activity will designate in writing the names of individuals authorized to place oral orders and will furnish a copy thereof to the contractor. (e) Written confirmation of oral orders will be issued as a means of documenting the oral order within ten (10) working days or oral orders will be confirmed twice a month, in writing, when more than one oral order is consolidated for a single confirmation. PAYMENT BY GOVERNMENT CREDIT CARD: The following is incorporated in accordance with FAR 52.232-36, �Payment by Third Party.� The method of payment for this contract or for orders under this contract will be by government purchase card. (a) The contractor shall submit invoices to the following: NAVFAC ENGINEERING COMMAND HAWAII 400 MARSHALL ROAD, BLDG 44 PEARL HARBOR, HI 96860 In addition, a copy of the invoice shall be provided via email to the government purchase cardholder identified in the list of Government Purchase Card Holders, which will be provided annually. When ready to ship supplies or upon completion of service performance, the contractor shall call the above cited purchase cardholder to obtain the required purchase card information. (b) The contractor shall not charge the credit card until after performance/shipment takes place. 52.216-19 Order Limitations: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $40,000.00; (2) Any order for a combination of items in excess of $80,000.00; or (3) A series of orders from the same ordering office within 07 calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 07 days after issuance, with written notice stating the Contractor�s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) Ordering Authority: Any supplies and services to be furnished under this contract shall be ordered either through MAXIMO, or by issuance of task orders by the individuals or activities designated in the Schedule. Task orders may be issued from the date of award through four years after award if all option periods are exercised, or until all orders are complete so long as the order was made prior to the end of the ordering period. Orders may only be issued by the following activities: For MAXIMO Orders: NAVFAC Hawaii Code 444 Pearl Harbor, Hawaii For Written Orders: Fleet Logistics Center Regional Contracting Department Pearl Harbor, Hawaii For Oral Orders: Fleet Logistics Center Regional Contracting Department Pearl Harbor, Hawaii *A list of individuals who have ordering authority will be provided as an attachment at the time of award and annually or otherwise as required. Only warranted individuals will have ordering authority under this contract. If an order is placed by an individual without a warrant, the contractor shall inform the contracting officer immediately and shall not fulfill the order. The following FAR provisions and clauses are applicable to this procurement: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors�Commercial Items 52.212-2 Evaluation � Commercial Items 52.212-3 Offeror Representations and Certifications�Commercial Items 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I 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 52.216-2 Economic Price Adjustment-Standard Supplies 52.216-18 Ordering 52.216-19 Order Limitations 52.216-21 Requirements 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 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 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222-54 Employment EligibilityVerification 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-36 Payment by Third Party 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim Vendors are reminded to include a completed copy of 52.212-3 and it�s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.211-7003 Item Unique Identification and Valuation 252.215-7008 Only One Offer 252.216-7006 Ordering 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic 252.225-7001 Buy American and Balance of Payments Program�Basic 252.225-7012 Preference for Certain Domestic Commodities 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea�Basic 52.252-1 � Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/content/regulations (End of Provision) 52.252-2 � Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/content/regulations (End of Clause) Basis of Award: Award will be made to the responsible quoter providing the lowest evaluated price identified in block E10 of the provided quote sheet for a product that meets or exceeds the technical performance criteria identified in TABLE A. a) Price factor: The quote sheet provided automatically calculates an average unit price for each quote provided, see block �E10� of ATTACHMENT I. The average unit price identified in block E10 of the quote sheet will be the used as the evaluated price. A direct price comparison of the evaluated price for all quotes received will determine the lowest evaluated price. b) Non-price factor: Technical acceptability will be contingent on the results of the jar test. Samples meeting or exceeding the technical performance criteria established in TABLE A will be determined acceptable; those that do not meet the technical performance thresholds established in TABLE A will be determined unacceptable. c) Past performance will not be evaluated for this acquisition. However, before award the contracting officer shall review the performance and integrity information available in the Federal Awardee Performance and Integrity Information System (FAPIIS), (available at https://www.cpars.gov ), including FAPIIS information from the System for Award Management (SAM) Exclusions and the Contractor Performance Assessment Reporting System (CPARS) when making a responsibility determination IAW FAR 9.104-6. Quoters shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1) A unit price for the base year and all option years identified in ATTACHMENT I. 2) A point of contact, name and phone number, business size, and payment terms. 3) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements identified in this solicitation. 4) A completed copy of 52.212-3 and its ALT I (Attachment II). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision. 5) DFARS 252.209-7992 (Attachment III) Unpaid Delinquent Tax Liability Provision. 6) **IF APPLICABLE** FAR 52.223-3 and DFARS 252.223-7001 (Attachment IV) Hazardous Material Clauses to fill-in. 7) **IF APPLICABLE** Small Business Subcontracting Plan IAW 52.219-9 8) All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This requirement was previously posted to NECO under solicitation number N0060421Q4000. This announcement will close at 05:00 p.m. (Hawaii Standard Time) on Wednesday, November 3, 2020. Quotes shall be emailed to jessica.t.victor@navy.mil or submitted to the Government Point of Entry (GPE) by the date/time identified in this solicitation to be considered. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Attachments: Attachment I � Quote Sheet Attachment II � FAR 52.212-3 and its Alt I Offeror Representations and Certifications Attachment III � DFARS 252.209-7992 Unpaid Delinquent Tax Liability Attachment IV � If applicable please complete, Hazardous Material Clauses to Fill In
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a871399fdd54413288f376a1c53a44fb/view)
- Record
- SN05833724-F 20201022/201020230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |