|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168Regional Contracting Department (Code 201), Fleet and Industrial Supply
Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549 68 -- CAUSTIC SODA SOL N00604-98-R-0022 DUE 091498 POC Viki Nakamoto,
(808) 474-2397, Ext. 221, Contract Specialist, Mr. Edward W. Hodges,
Contracting Officer This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Subpart
12.6, as 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.
Solicitation N00604-98-R-0022 is issued as a request for proposal RFP).
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-05. This
procurement is being solicited on an unrestricted basis and is not
set-aside for small businesses. The applicable Standard Industrial
Classification is 2812 and the small business size standard is 1,000.
The resultant contract will be an Indefinite Delivery Type Contract and
deliveries shall be made only upon issuance of individual delivery
orders placed against the resulting contract. The authorized ordering
activities are Navy Public Works Center, Pearl Harbor and Fleet And
Industrial Supply Center, Pearl Harbor. Offerors shall submit unit
prices and amounts at subline item levels only (e.g., 0001AA, 0001AB)
and not at line item levels (e.g., 0001). Contract Line Item Numbers
(CLINS) for the Base Period 1 October 1998 through 30 September 1999:
Item 0001-Caustic soda, 50%, liquid, technical grade, to be pumped into
government-owned tanks at various locations of the Utilities
Department, Navy Public Works Center (PWC), Pearl Harbor, HI. Item
0001AA-7,000 gallon capacity tank located at Power Plant No. 2,
Building 149, Controlled Industrial Area, Pearl Harbor Naval Shipyard
(PHNSY), Estimated Quantity (Est. Qty): 60 dry tons; Item 0001AB-2000
gallon capacity tank located at Industrial Waste Treatment Plant,
Building 1424, PHNSY, Est. Qty: 15 dry tons; Item 0001AC-550 gallon
capacity tank located at Industrial Waste Treatment Plant, Building
1482, PHNSY, Est. Qty: 10 dry tons; Item 0001AD-55 or 53-gallon drum,
delivered to Building 1342, Ft. Kamehameha Treatment Plant, Est. Qty:
790 gallons. Contract Line Item Numbers (CLINS) for the First Option
Period 1 October 1999 through 30 September 2000 are as follows: Item
1001-See Item 0001 for description. Item 1001AA-See Item 0001AA for
description and Est. Qty; Item 1001AB-See Item 0001AB for description
and Est. Qty; Item 1001AC-See Item 0001AC for description and Est. Qty;
Item 1001AD-See Item 0001AD for description and Est. Qty. Contract Line
Item Numbers (CLINS) for the Second Option Period 1 October 2000
through 30 September 2001 are as follows: Item 2001-See Item 0001 for
description. Item 2001AA-See Item 0001AA for description and Est. Qty;
Item 2001AB-See Item 0001AB for description and Est. Qty; Item
2001AC-See Item 0001AC for description and Est. Qty; Item 2001AD-See
Item 0001AD for description and Est. Qty. Specifications: Physical
Properties of Caustic Soda (50%), Chemical Name: Sodium Hydroxide,
Formula: NaOH, Grade: Technical; Physical State: Liquid; Composition:
50%; Explosive Limits: None; Flash Point: None, Noncombustible
Autoignition Temperature: None; Boiling Point: (760mm) 142 degrees to
148 degrees C.; Color: Water white to slightly colored and turbid;
Deliquescence: Yes; Hygroscopicity: Yes. Contractor shall furnish all
labor and equipment for transportation and dispensing services required
under this contract. Partial Ton Order-The Government reserves the
right to place orders in fraction of tons when it's most practical.
Caustic soda is to be delivered on a F.O.B. destination basis.
Deliveries shall be made to the locations as listed above for each Item
and the quantities to be delivered shall be as stated on the individual
delivery orders. Delivery shall be made within 15 days after the date
of the individual order, except that when the needs of the Government
permit, orders may provide a longer time for delivery. Inspection and
acceptance of the delivered items shall be made by PWC, Pearl Harbor at
destination. The provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items applies with the following addendum:
Paragraph (c), Period for acceptance of offers is revised to reflect an
acceptance period of 60 calendar days from the date specified for
receipt of offers; Paragraph (h), Multiple Awards is deleted. The
provision at FAR 52.212-2, Evaluation-Commercial Items applies. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation, is
determined the best value to the Government, considering technical
acceptability, past performance and price. The following factors shall
be used to evaluate offers: (a) Technical acceptability of the item
offered must meet the Government's requirements stated under each Item
description and "Specifications" above; (b) Past Performance
Evaluation Factors-The following past performance evaluation factors
are of equal importance: Quality of Service, Schedule/Timeliness of
Performance, Cost Control, Business Relations, Management of Key
Personnel; (c) Price. Technical and past performance when combined are
significantly more important than price. In the event the unit
price(s) and extended price(s) are ambiguous, the Government shall use
the indicated unit price(s) for evaluation and award purposes. Provide
at least 3 references and include only companies or agencies where you
provided same or similar type products (state whether the product is
"same" or "similar". Offerors shall fax past performance information to
(808) 471-5750 (Attn: Code 201B.VN) no later than 5:00 p.m. Hawaiian
Standard Time on 2 September 1998. The past performance information
shall include: (1) company or government office's name, address, phone
and fax numbers; (2) the name of a point of contact able to verify
offeror's performance history; (3) the contract number, description of
the supply and quantity provided, contract amount, and date the
contract was completed. At the time established for receipt of past
performance information and in addition to your required references,
describe your company's past performance on Government and/or
commercialcontracts which are "same or similar" in scope, magnitude and
complexity to that required by this solicitation. The information shall
be for at least three (3) contracts currently in process or completed
within the past 5 years. The information must be clear as to whether
the service provided was done as a prime contractor or a subcontractor.
Offerors who present past or present contracts which are "similar" to
the requirements of this solicitation, shall provide a detailed
explanation demonstrating the similarity of these contracts to the
requirements of this solicitation. The offeror shall provide the
information requested above for past performance evaluation or
affirmatively state that it possesses no relevant "same or similar"
past performance. The Government reserves the right to challenge these
detailed explanations. The Government will evaluate offers for award
purposes by adding the total price for all options to the total price
for the basic requirement. The Government may determine that an offer
is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the
options. A written notice of award or acceptance of an offer, mailed or
otherwise furnished to the successful offeror within the time for
acceptance specified in the offer, shall result in a binding contract
without further action by either party. Before the offer's specified
expiration time, the Government may accept an offer (or part of an
offer), whether or not there are negotiations after its receipt, unless
a written notice of withdrawal is received before award. All offerors
shall include a completed copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications -- Commercial Items, with
their offer. The clauses at FAR 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity, FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items, FAR 52.216-27, Single or Multiple
Awards, FAR 52.232-33, Mandatory Information for Electronic Funds
Transfer Payment and FAR 52.246-2, Inspection of Supplies-Fixed-Price
apply. The clause at 52.212-5, Contract Terms and Conditions Required
To Implement Statutes Or Executive Orders -- Commercial Items applies
with the following applicable clauses for paragraphs (b): FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I, FAR 52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns, FAR 52.222-26, Equal Opportunity, FAR
52.222-35, Affirmative Action for Disabled Veterans and Veterans of
the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with
Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era and FAR 52.247-64, Preference for
Privately Owned U.S.-Flag Commercial Vessels. FAR 52.211-16, Variation
in Quantity applies with permissible variation of 10% increase and 10%
decrease. FAR 52.216-18, Ordering, applies and in accordance with this
clause, orders may be issued from the dateof contract award through
expiration of the contract. FAR 52.216-19, Order Limitations applies
with minimum order limit of $500, maximum order limits of $25,000
single item, $25,000 combination and 7 calendar days for a series of
orders, returned orders within 3 calendar days. FAR 52.216-21,
Requirements, applies with the following information: Contractor shall
not be required to make any deliveries under this contract beyond 15
days after expiration of the contract. FAR 52.217-9, Option to Extend
the Term of the Contract applies with written notice to the contractor
within 30 days of contract expiration and total duration of contract
shall not exceed 36 months. Offeror shall submit the information
required in FAR 52.223-3, Hazardous Material Identification and
Material Safety Data. The clause DFARS 252.222-7000, Restrictions on
Employment of Personnel applies. The provisions at DFARS 252.212-7000,
Offeror Representations and Certifications-Commercial Items and
252.225-7000, Buy American Act-Balance of Payments Program Certificate
apply. DFARS 252.212-7001 applies with the following applicable
clauses for paragraph (b): DFARS 252.219-7006, Notice of Evaluation
Preference for Small Disadvantaged Business Concerns -- Alternate I,
DFARS 252.225-7007, Buy American Act -- Trade Agreements -- Balance of
Payments Program, DFARS 252.225-7012, Preference for Certain Domestic
Commodities, DFARS 252.243-7002, Certification of Requests for
Equitable Adjustment. Offerors shall provide the information required
by DFARS 252.223-7001, Hazard Warning Labels. DFARS 252.247-7021,
Returnable Cylinders and Other Containers applies with the addendum
information: Returnable containers shall remain the Contractor's
property but shall be loaned without charge to the Government for a
period of 30 calendar days after delivery to the f.o.b. point specified
in the contract. FAR 52.215-18, Facsimile Proposals, allows faxing of
proposals to either of the following numbers (808) 471-5750 or (808)
474-3524. Proposals must indicate solicitation number and must be
received no later than 4:00 p.m. Hawaiian Standard Time, 14 September
1998, at Fleet and Industrial Supply Center, Regional Contracting
Department (Code 201B.VN), 1942 Gaffney St Ste 100, Pearl Harbor, HI
96860-4549. Contact Viki Nakamoto at phone number (808) 474-2397, Ext.
221 or fax (808) 471-5750 for information regarding the solicitation.
See numbered Note 12. Posted 08/25/98 (W-SN241645). (0237) Loren Data Corp. http://www.ld.com (SYN# 0404 19980827\68-0002.SOL)
68 - Chemicals and Chemical Products Index Page
|
|