SOURCES SOUGHT
91 -- Caustic Soda
- Notice Date
- 11/19/2020 5:32:31 AM
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- BEP OFFICE OF ACQUISITION WASHINGTON DC 20228 USA
- ZIP Code
- 20228
- Solicitation Number
- 2031ZA21N00004
- Response Due
- 12/4/2020 1:00:00 AM
- Archive Date
- 12/19/2020
- Point of Contact
- Charles Strickland, Phone: 2028741471
- E-Mail Address
-
Charles.Strickland@bep.gov
(Charles.Strickland@bep.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Small Business Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a promise to issue a solicitation in the future. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses (WOSB); economically disadvantaged women-owned small businesses, (EDWOSB) or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for this potential requirement. The NAICS code for this sources sought is 325998 with a size standard of 500.� The draft SOW is uploaded in order to review the requirement details. If a vendor feels that another NAICS code is more appropriate, please discuss that in your capability response.� Responses to this Notice will assist the Government in determining the appropriate acquisition method, including whether or not a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice.� The Bureau of Engraving and Printing (BEP) has interest in, and is seeking small business vendors capable of providing 50% sodium hydroxide solution delivered by tank truck or in drums. The 50% sodium hydroxide solution shall be suitable for use as an ingredient in water-based wiping solution for currency printing presses at the Bureau of Engraving and Printing.� The BEP anticipates establishing an IDIQ contract with a five year period.]� Responses to this Notice should include answers to the following questions: Do you perform independent testing on your materials? Is this testing performed by your company or an independent laboratory? Are the methods used for each of the quality assurance tests listed on the certificate of analysis? If not, would you have any objections to the requirement of having the test methods listed on the certificate of analysis? We would like to have the date of material manufacture listed on the certificates of analysis and the drum labels. Will you be able to meet these requirements? Can you provide the expiration date of the materials that you provide? Does your quality management system meet the minimum requirements prescribed in ISO 9001:2015? The drums supplied to the BEP must be a closed drum (1A1 or 1H1) with a 2 inch and a 0.75-2 inch bung hole in order for us to utilize our diaphragm pumps. Will you be able to meet this requirement? We have limited space for deliveries. It is required that all tanker truck deliveries utilize a day truck. The total length of the day truck and tank can be no longer than 54 feet long and 12 feet high. Will you be able to meet this requirement? How much lead time will you need between ordering and the date of delivery? The BEP requires a maximum of five calendar days between ordering and delivery. The BEP desires a reliable supplier. Can you notify us within 90 days of a supplier change? Can you send us a pre-shipment sample of one liter of material so that the BEP can perform testing as early as possible? Has the Covid-19 pandemic had an impact on the supply of material? How are you mitigating the risks associated with the supply chain? The point of contact for this Notice is:� Ini Akpan; Iniobong.akpan@bep.gov Email responses to this Notice shall be sent to the attention of individual listed above. Due date for responses are no later than N/A This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. � Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement.� The BEP will not be obligated to pursue any particular acquisition alternative as a result of this notice.� Responses to the notice will not be returned.� Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). If so, respondents are solely responsible for properly marking and identifying such information within their response. Place of Contract Performance:� 14th & C Streets, S.W., Washington, DC 20228 Set Aside: Small Business
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f6fe547e148144c6a4378fc3b38e5e43/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05857489-F 20201121/201119230228 (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 |