Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394

SA-ALC/Contracting Directorate/SA-ALC/SFK; 485 Quentin Roosevelt Road Suite 12; Kelly AFB, TX 78241-6419

91 -- PROPELLANT, LIQUID NITROGEN, GRADE B, TYPE II AND PROPELLANT, LIQUID OXYGEN, GRADE A, TYPE II SOL F41608-99-R-91017 DUE 080499 POC The Point of Contact is Robert L. Mayfield, SA-ALC/SFK, Phone: (210) 925-1177, FAX: (210) 925-9758, E-MAIL: robert.mayfield@kelly.af.mil E-MAIL: Send your E-Mail request to the POC, robert.mayfield@kelly.af.mil. Line Item 0001 -- Propellant, Liquid Nitrogen, Grade B, Type II, IAW MIL-PRF-27401D, dated 3 Oct 95, 9135-00-965-2526. This sol- icitation is for a two year requirements type contract with 3 one year options. The effective date will be 1 Sept 99 through 31 August 2004 if all options are exercised. Price required is FOB destination by contractor furnished tank trucks delivered into Government owned and Pratt & Whitney owned storage facil- ities at West Palm Beach, FL. The Best Estimated Quantity(BEQ)by year is as follows: 1 Sep 99 to 31 Aug 00 -- 300 tons; 1 Sep 00 to 31 Aug 01 -- 300 tons; 1 Sep 01 to 31 Aug 02 -- 100 tons; 1 Sep 02 to 31 Aug 03 -- 100 tons; 1 Sep 03 to 31 Aug 04 100 tons. Min- imum Daily Order is 20 tons. Maximum Daily/Emergency Order is 140 tons. The peak amount is 120 tons. Peak daily order quanti- ties will only be required approximately three times a year for the duration of about two days. This is to replenish the storage tanks after testing is completed. A seven day advance notice will be provided. The following information applies to line items 0001 and 0002. 1. Delivery to be within 24 hours after receipt of delivery schedule or telephone request unless a longer period is specified in the request. 2. Inspection for quality will be at the origin. Inspection for quantity and final inspection will be at destination. 3. When delivery delay exceeds 4 hours the contractor will be re- imbursed $10.00 per quarter hour or fraction thereof or its usual and customary charge, whichever is less. 4. When shipment departs from the contractor's plant the contrac- tor will notify the receiving activity. 5. Variation in Quantity per shipment will be plus or minus 10%. 6. The contractor shall have written procedures for the following a. Inspection of shipping containers for cleanliness and suita- bility. b. Sampling and testing of product from shipping containers. c. Handling, packing, marking, and shipping of containers. d. The contractor shall calibrate equipment in accordance with ANSI/NCSL Z540-1 or ISO 10012-1. 7. SHIP TO/MARK FOR: Ship To: Traffic Management Officer Mark For: Appropriate Pratt & Whitney funding authority as 17900 Beeline Highway specified on each ATTN: Area E Fuel Farm Propellant Delivery Jupiter, FL 33478 Schedule. 8. Quantity of product delivered will be determined by the diff- erence between gross weight of the transport unit before unload- ing and the weight of the same unit immediately after unloading. 9. Government owned and certified scales are available on loca- tion for use whenever product is delivered. 10. Telemetering is not acceptable. 11. Routine delivery hours are 0700 through 2100 hours, Monday through Friday, excluding federal holidays. Emergency and peak delivery hours are 24 hours a day including weekends. 12. Storage facilities are 14,000 gallon (LO2)with a working pressure of 55 PSIA; 20,000 gallon (LO2)@ 75 PSIA; 14,000 gallon (LN2)@ 65 PSIA; 5,000 gallon (LN2) @ 65 PSIA; 20,000 gallon (LN2) @ 75 PSIA. Multiple drop-offs will be required at storage facil- ities listed above. Turn around time is two hours. 13. To make arrangements to visit sites during this solicitation period, bidders may contact Ms Cathy Roberson or (407)796-1175 Howard Smalls (407)796-1580 P.O. Box 109600 West Palm Beach, FL 33410-9600 14. A Certificate of Conformance is authorized. 15. There are no special security requirements for contractor personnel to deliver product other than obtaining temporary badges at the main entrance of the facility. Drivers must be United States citizens and have a valid drivers license. 16. Contractor must provide a signed and completed DD Form 250 and invoice. 17. Contractor must furnish a Material Safety Data Sheet (MSDS). 18. There are three one-year option periods in this solicitation which will be evaluated for this requirement. 19. Multiple awards may result from this solicitation. If award is split it will be by product only (Line Item 0001 and Line Item 0002). Interested parties may submit proposals on either line item or on both line items. Proposed prices must include the basic 2 year period and each of the 3 option periods. 20. The contractor(s) to be awarded this contract must be regis- tered in the Central Contractor Registration. 21. Prices proposed must be per ton and may be by year (ex. 1st year, 2nd year, 1st option year, 2nd option year, 3rd option year). 22. Offers will be evaluated on the basis of advantages and dis- advantages to the Government that might result from making more than one award(multiple awards). It is assumed; for the purpose of evaluating proposals, that $3,000.00 would be the administra- tive cost to the Government for issuing and administering each contract awarded under this solicitation and individual awards shall be for items or combination of items that result in the lowest aggregate cost to the Government, including the adminis- trative costs. 23. Evaluation will be based on BEQ's multiplied times unit prices(in tons). 24. Before any equipment is installed, Pratt & Whitney's Environ- mental, Safety, Security, Fire, and Facilities departments will need to review plans and drawings. Pratt & Whitney should not incur any costs associated with installation and/or monitoring of equipment. DESC: Line Item 0002 -- Propellant, Liquid Oxygen, Grade A, Type II, IAW MIL-PRF-25508F dated 19 Oct 95. 9135-00-965-2527. Effec- tive date for this line item is the same as line item 0001. FOB point and destination are also the same as for line item 0001. The Best Estimated Quantity (BEQ) is as follows: 1 Sep 99 to 31 Aug 00 -- 2,238 tons 1 Sep 00 to 31 Aug 01 -- 2,400 tons 1 Sep 01 to 31 Aug 02 -- 2,250 tons 1 Sep 02 to 31 Aug 03 -- 2,300 tons 1 Sep 03 to 31 Aug 04 -- 2,300 tons Minimum Daily Order is 20 tons. Maximum/Emergency Daily Order is 180 tons. The peak amount is 112 tons. The definition of peak amount can be found at Line Item 0001. DESC: Line Item 0003 -- Services in support of 9135-00-965-2526 as required during the life of the contract as directed and neg- otiated by the contracting officer. DESC: Line Item 0004 -- Services in support of 9135-00-965-2527 as required during the life of the contract as directed and neg- otiated by the contracting officer. DESC: Line Item 0005 -- Services in support of 9135-00-965-2526 Liquid Nitrogen, in accordance with "Delay and Standby Time". DESC: Line Item 0006 -- Services in support of 9135-00-965-2527 Liquid Oxygen, in accordance with "Delay and Standby Time". DESC: Line Item 0007 -- Data applicable to line items 0001 and 0002; Test/Inspection Report. One lot. Not Separately Priced. Price for this item is included in the price of the product. All potential offerors should contact the buyer/PCO identified in this notice for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of an acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the SA-ALC Acquisition Ombudsman at AC 210-925-5133 or send E-Mail to: ombudsman@www.kelly-afb.org. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. Posted 07/21/99 (D-SN357372). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0442 19990723\91-0002.SOL)


91 - Fuels, Lubricants, Oils and Waxes Index Page