|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1999 PSA#2429International Boundary & Water Commission, United States Section, The
Commons, Building C, Suite 310, 4171 N Mesa St., El Paso TX 79902-1441 68 -- CHEMICALS FOR THE NOGALES INTERNATIONAL WASTEWATER TREATMENT
PLANT SOL RFQ H-35-99 DUE 092099 POC Colleen Elliott (915)832-4714 WEB:
IBWC, Acq. Div., http://www.ibwc.state.gov. E-MAIL: IBWC, Acq. Div.,
colleenelliott@ibwc.state.gov. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Federal
Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included with this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation number is
H-35-99 and is issued as a Request for Quotation (RFQ). This RFQ
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-12. The standard industrial code is 2819 with
a small business size standard of 1,000 employees or less. The
International Boundary and Water Commission, United States and Mexico,
US Section, has a requirement for a firm-fixed price requirements
commercial item contract for the not-to-exceed estimated quantities for
the following commodities: Item 1, Calcium Hypochlorite, Granular, 65%
Chlorine Content, in 100-lb Drums, 120 Each; Item 2, Calcium
Hypochlorite, 3" Tablets, 65% Chlorine Content, in 55-lb Drums, 456
Each; Item 3, Calcium Hypochlorite, 1" Tablets, 65% Chlorine Content,
in 100-lb Drums; Item 4, Gaseous Chlorine in 1-ton Cylinders, 55 Each;
Item 5, Sulfur Dioxide in 150-lb Cylinders, 451 Each. The maximum
discount available should be provided in view of order placement with
credit card authorization. The performance period for the requirements
contract is 10/1/99 through 9/31/00. Place of delivery and acceptance
is the USIBWC Nogales Field Office, 865 Rio Rico Industrial Park, Rio
Rico, Arizona 85648. FOB Destination 3-4 calendar days after receipt
of an oral Delivery Order. Projected delivery order frequency and
estimated quantities: Once Each Quarter: Item 1, Granular Calcium
Hypochlorite, 30 100-lb Drums; Item 2, 3" Tablet Calcium Hypochlorite,
114 55-lb Drums; and Item 3, 1" Tablet Calcium Hypochlorite, 10 100-lb
Drums. Every Two Weeks: Item 4, Gaseous Chlorine, 2 1-ton Cylinders;
and Item 5, Sulfur Dioxide, 15 150-lb Cylinders. Delivery Orders issued
against this contract will be issued orally by personnel identified in
the awarded purchase order, along with dollar limitation per purchase
for each individual. Only the personnel identified are authorized to
issue oral Delivery Orders under this contract, and only in accordance
with the provision of the Ordering clause, FAR 52.216-18. As a
minimum, the oral orders will contain the PO # and credit card number
to be charged. The delivery ticket/invoice shall contain: (1)
Contractor's name, (2) PO #, (3) Name of authorized individual placing
order, (4) Date of order, (5) Date of delivery, (6) Itemized list of
supplies furnished, and (7) Quantity, Unit Price, and Extension of Each
Item, Less Applicable Discounts. Note: Delivery tickets shall never
include the credit card account number -- it should be annotated with
the words "credit card purchase" only. The provisions at 52.212-1
Instructions to Offerors -- Commercial Items (Jun 1999) apply to this
acquisition and are incorporated by reference. Offerors are required to
complete a copy of the provisions at 52.212-3 Offerors Representations
and Certifications -- Commercial Items (Jun 1999) with its offer The
clause at 52.212-4, Contract Terms and Conditions -- Commercial Items
(May 1999) applies to this acquisition and is incorporated by
reference. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders -- Commercial Items
(May 1999) applies to this acquisition with FAR clauses incorporated
by reference as follows: 52.222-3 Convict Labor, 52.233-3 Protest After
Award, 52.203-6 Restrictions on Subcontractor Sales to the Government
with Alternate I, 52.219-8 Utilization of Small Business Concerns,
52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of
Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era, 52.222-36 Affirmative Action for Workers with Disabilities,
52.2222-37 Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era, 52.225-3 Buy American Act -- Supplies, 52.232-36 Payment
by Third Party. The clause 52.216-18 Ordering (Oct 1995) is
incorporated by reference with paragraph (a) completed as "...orders
may be issued from October 1, 1999 through September 30, 2000." The
clause 52.216-19 Order Limitations (Oct 1995) is incorporated by
reference with paragraph (a) Minimum order "...an amount of less than
one unit of any line item," paragraph (b) Maximum order (1) Any order
for a single item in excess of "the total not-to-exceed estimated
quantity specified for each line item;" (2) Any order for a combination
of items in excess of "the total quantity of the combined total
not-to-exceed estimated quantity in line item totals;" and (3) A series
of orders from the same ordering office within "365" days that ... The
clause 52.216-21 Requirements (Oct 1995) is incorporated by reference
with paragraph (f) ...provided, that the Contractor shall not be
required to make any deliveries under this contract after "October 4,
2000." Copy of provisions and clauses are available on the Internet at
http:www.arnet.gov/far/. Quotations will be evaluated on either (1) an
"all or none" basis for each line item with multiple awards, one for
each line item, with a total of five awards possible; or (2) an "all or
none" basis for all of the line items, whichever is most advantageous
to the Government. Award will be made on the basis of price and past
performance. For the purpose of making multiple award evaluations, the
administrative cost to the Government is assumed to be $500 for
issuing and administering each contract awarded under the solicitation.
Individual awards shall be for the line items or combinations of line
items that result in the lowest aggregate cost to the Government,
including the assumed administrative costs. Offerors shall provide
three (3) customer references with business name, address and point of
contact with telephone number. Offerors submit information to show
that their qualifications meet or exceed the standards required.
Applicable Commerce Business Daily Numbered Note: 1. Quotations are due
September 20, 1999 at 3:00 p.m. MST at the International Boundary and
Water Commission, United States & Mexico, US Section, Acquisition
Division, Attn: Colleen Elliott, RFQ H-35-99, The Commons, Building C,
Suite 310, 4171 North Mesa, El Paso, TX 79902-1441. For further
information contact Colleen Elliott (915)832- 4174. Internet address:
http://www.colleenelliott@ibwc.state.gov. Offerors may submit facsimile
quotations as responses to this solicitation. Facsimile quotations are
subject to the same rules as paper quotations. The telephone number of
receiving facsimile equipment is: (915)832-4192. If any portion of a
facsimile quotation received by the Contracting Officer is unreadable
to the degree that conformance to the essential requirements of the
solicitation cannot be ascertained from the document: (1) The
Contracting Officer immediately shall notify the offeror and permit the
offeror to resubmit the quotation; (2) The method and time for
resubmission shall be prescribed by the Contracting Officer after
consultation with the offeror; and (3) The resubmission shall be
considered as if it were received at the date and time of the original
unreadable submission for the purpose of determining timeliness,
provided the offeror complies with the time and format requirements for
resubmission prescribed by the Contracting Officer. The Government
reserves the right to make award solely on the facsimile quotation.
However, if requested to do so by the Contracting Officer, the
apparently successful offeror promptly shall submit the complete
original signed quotation. Offers are solicited only from small
business concerns. Quotations received from concerns that are not small
business concerns shall be considered non-responsive and will be
rejected. Posted 09/08/99 (W-SN377588). (0251) Loren Data Corp. http://www.ld.com (SYN# 0216 19990910\68-0001.SOL)
68 - Chemicals and Chemical Products Index Page
|
|