Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20, 2001 PSA #3002
SOLICITATIONS

68 -- SEALED AIR CORPORATION PRODUCTS USED IN CONJUNCTION WITH GOVERNMENT OWNED=20

Notice Date
December 18, 2001
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC J1-A, Bldg 81, New Cumberland, PA, 17070-5001
ZIP Code
17070-5001
Solicitation Number
SP3100-02-T-0085
Response Due
January 4, 2002
Point of Contact
Diane Skinnell, Contract Specialist, Phone 717 770-4613, Fax 717 770-7591, Email dskinnell@ddc.dla.mil
Description
The Defense Distribution Depot San Diego (DDDC), Dan Diego, CA has a requirement for the establishment of a contract for products used in conjunction with the depot's existing Government-owned "Foam-in-Place" dispensing systems manufactured by Sealed Air Corporation. 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number is SP3100-02-T-0085. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 326150 and the associated size standard is 500 employees to be classified as a small business concern. Contractor should provide pricing on the following three (3) products based on the stated quantities and definite delivery dates:=20 Item #1 -- Sealed Air Corporation Instaflex-IW, Component A, red, (55 gallon drum), Sealed Air Corporation P/N 65162, Total quantity required -- 48 drums -- 24 drums to be delivered on February 1, 2002 and 24 drums to be delivered on August 1, 2002; Item #2 -- Sealed Air Corporation Instaflex-IW, Component B, blue, (55 gallon drum), Sealed Air Corporation P/N 67022, Total quantity required -- 36 drums -- 18 drums to be delivered on February 1, 2002 and 18 drums to be delivered on August 1, 2002; and Item #3 -- Sealed Air Corporation Instamate Packaging Film, 36 inch centerfold, Sealed Air Corporation P/N 88271, Total quantity required -- 144 rolls -- 48 rolls to be delivered on February 1, 2002, 48 rolls to be delivered on May 1, 2002 and 48 rolls to be delivered on August 1, 2002. These particular products are essential to the Government's requirements thereby precluding consideration of products manufactured by another company. If chemicals, other than the Sealed Air Corporation designated products, are used in the Instapak Foam-in-Place packaging systems, the maintenance agreements for the systems would be void. The Government has tested other packaging films; however, none of the tested products have been able to withstand the temperature generated by the Instapak packaging system. The authority to contract without providing for full and open competition is supported by the required justifications and approvals. The delivery address for these products will be: Defense Distribution Depot San Diego (DDDC), Naval Station North Island, Bldg 656, San Diego, CA 92135. Prices should be quoted FOB destination. The name and telephone number of the Government point of contact will be provided at the time of award. The Contractor must contact the Government point of contact 24 hours in advance for delivery appointment. Upon delivery of the chemicals, the Contractor is required to remove the empty 55 gallon drums. The Contractor is responsible for recycling the empty drums. The following FAR clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://www.acq.osd.mil/dp/dars/. FAR provision 52.212-1, Instruction to Offerors -- Commercial Items applies to this acquisition. FAR provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The Government intends to award a contract resulting from this solicitation to the responsible Contractor whose quotation will be the most advantageous to the Government based on the lowest price quoted. Award will be made on an all or none basis. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with its price quotation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The following clauses are hereby added to this acquisition: FAR 52.223-3 -- Hazardous Material Identification and Material Safety Data, DFARS 252.223-7001 -- Hazardous Warning Labels, DLAD 52.223-9000 -- Material Safety Data Sheets and Hazard Warning Labels, DLAD 52.233-9000 -- Agency Protests, DLAD 52.233-9001 -- Disputes: Agreement to Use Alternative Dispute Resolution (ADR) and DFARS 252.204-7004 -- Required Central Contractor Registration. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses are applicable to this acquisition: 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, 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. All responsible sources, offering the specified Sealed Air Corporation products, may submit a quotation that shall be considered by this agency. Quotation due date and time is January 4, 2002 3:00PM local time. Price quotations and the certifications at 52.212-3 may be sent via any of the following methods: (1) email to dskinnell@ddc.dla.mil, (2) facsimile to 717-770-5689 (Attn: Diane Skinnell) or (3) mail to Defense Distribution Center, Procurement Office (DDC J-1A), Attn: Diane Skinnell, 2001 Mission Drive, Building 81, New Cumberland, PA 17070. The name and telephone number of the individual to contact for information regarding this solicitation is: Diane M. Skinnell, Contract Specialist, Phone: 717-770-4613. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DLA/J3/DDC/SP3100-02-T-0085/listing.html)
Record
Loren Data Corp. 20011220/68SOL001.HTM (D-352 SN5154G2)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on December 18, 2001 by Loren Data Corp. -- info@ld.com