Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS

68 -- OXYGEN RELEASE COMPOUND (MAGNESIUM PEROXIDE POWDER)

Notice Date
May 3, 2001
Contracting Office
Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083
ZIP Code
08733-5083
Solicitation Number
N68335-01-Q-0289
Response Due
May 24, 2001
Point of Contact
Kimberly A. Cesaretti, Contract Specialist, 732-323-4795
E-Mail Address
Click here to contact the Contract Specialist (cesarettika@navair.navy.mil)
Description
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. The solicitation number is N68335-01-R-0289. This solicitation is issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 97-24), 3 Apr 2001. The NAICS code is 422690. Small Business Size Standard is 100 employees. Offers will be solicited using full and open competition. Contract Line Item Number (CLIN) 0001, nomenclature Magnesium Peroxide Powder, Brand Name or Equal -- Oxygen Release Compound (ORC) , manufacturer Regenesis Bioremediation Products, quantity 14,850 pounds. The product shall consist of a formulation of magnesium peroxide that slowly releases oxygen in the presence of water. Under reaction with water, oxygen and magnesium hydroxide shall be formed. This product will be injected into the groundwater in a 30% slurry to provide a steady source of oxygen to stimulate bioremediation of fuel products at four National Priority List sites at the Naval Air Engineering Station (NAES), Lakehurst, NJ. Performance Requirements of the material -- (1) Time release profile of material: The material shall be capable of releasing oxygen in a steady state condition for a minimum of six months under a Total Petroleum Hydrocarbon flux rate of between 0.1-1 ft/day under situations of neutral pH groundwater. (2) Physical characteristics: The material shall be capable of being readily mixed into a nominal 30% slurry solution with water. The material shall be provided in powder form in re-sealable containers. Required delivery date is 01 June 2001. Place of delivery Naval Air Engineering Station Lakehurst, Building 343, Hwy 547, Lakehurst, NJ 08733-5000, Mark For: NAES Environmental Branch, Dorothy Peterson 732-323-4863 or Mike Figura 732-323-4857. Acceptance destination. Delivery terms are FOB point destination. No Friday deliveries. The provision at FAR 52.212-1, Instruction to Offerors -- Commercial, applies to this acquisition with addenda to (b)(4) and (b)(10). For (b)(4) the vendor shall provide independent laboratory study or field study data demonstrating the time release profile of the material. Published technical papers are preferred. The publication title, date/volume and author information shall be provided. For (b)(10), the vendor shall provide at least three references and/or letters of recommendation that can attest to the satisfactory performance of its product. References that have used the product within the State of New Jersey are preferred if available. Alternative evaluation procedures will be used in lieu of the provision at FAR 52.212-2, Evaluation. Source selection will be based upon the following factors: Performance Requirements/Physical Characteristics, Past Performance, Delivery, and Price. Award will be made to the responsible offeror proposing the lowest price for supplies or services meeting the requirements of the solicitation. All proposals will be evaluated for technical acceptability. Proposals that do not conform to the requirements of the solicitation may be rejected without further evaluation, deliberation or discussion. The low priced, technically acceptable offer submitted by a responsible offeror will be awarded the contract. Technical acceptability will be based on the following factors: Performance Requirements/Physical Characteristics, Past Performance, and Delivery. Offerors shall include a completed copy of the provision at 52.212-3. Offeror Representations and Certifications -- Commercial Items, with their offers. The clause at 52.214-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.214-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001), applies to this acquisition. For paragraph (b), FAR clause 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126); 52.225-13, Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.225-16, Sanctioned European Union Country Services (E.O.12849); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.3332); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.1241). For paragraph (c), the following FAR clauses apply to this acquisition: none. The following additional FAR clauses apply to this acquisition: 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.211-6, Brand Name or Equal (Aug 1999); and 52.215-5, Facsimile Proposals (Oct 1997); 52.225-8, Duty-Free Entry (Feb 2000); and 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (May 1999). The following DFARS clauses apply to this acquisition: 252.223-7001, Hazard Warning Labels (Dec 1991); 252.247-7023, Transportation of Supplies by Sea (Mar 2000); 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Mar 1998); 252.225-7031, Secondary Arab Boycott of Israel (Jun 1992); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998); 252.225-7003, Information for Duty-Free Entry Evaluation (Mar 1998); 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992); and 252.204-7004, Required Central Contractor Registration (Mar 2000). The FAR and DFARS clauses and provisions referenced herein can be viewed at: http://farsite.hill.af.mil/vffar.htm Offerors must be registered in the Central Contractor Registration (CCR) database. Offers are due on 24 May 2001 by 15:30 EST. Mail offers to Commanding Officer, Naval Air Warfare Center Aircraft Division, Code 2.5.2.2.3KC MS 129-2, Hwy 547, Lakehurst, NJ 08733-5082. Advance facsimile copies may be faxed to (732)323-4069, Ms. Kimberly A. Cesaretti, Contract Specialist. The point of contact for this acquisition is Ms. Kimberly A. Cesaretti, Contract Specialist (732)323-4795.
Record
Loren Data Corp. 20010507/68SOL001.HTM (W-123 SN50L179)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com