Federal Bid

Last Updated on 26 May 2015 at 8 AM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

68--DRY ICE PELLETS WEEKLY DELIVERY

Solicitation ID W91ZLK-15-T-0106
Posted Date 16 Mar 2015 at 3 PM
Archive Date 26 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21005
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.

This combined synopsis/ solicitation for commercial items is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91ZLK-15-T-0106. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-78. This requirement is being solicited for 100% set aside for small business. The associated North America Industry Classification System (NAICS) Code is 325120 and the Business Size Standard is 1000 employees. The Government contemplates award of a Firm-Fixed Price (FFP) purchase order to the Lowest Price Technically Acceptable offer for a base year plus two(2) option years.

Description of the Requirement: The US Army Public Health Command(USAPHC), W23MWP, requires the procurement of dry ice to support cooling of sample analysis. The vendor shall make 53 weekly deliveries of two(2), 50-pound boxes of dry ice pellets to the Edgewood Area of Aberdeen Proving Ground for a total of 106 boxes. Complete details of this requirement are in an attachment labeled, Statement_Of_Work quote mark .

The Period of Performance for this requirement shall begin on Monday, July 6, 2015 and end Tuesday, July 5, 2015 for a total of 53 weekly deliveries.

Instructions to Offerors:

Vendors shall provide quotes according to CLIN structure below and agree to meet requirements set forth in the attached Statement of Work:

CLIN 0001 50 Pound Box of Dry Ice Pellets;
Required Quantity: 106
Unit Price:__________. Total Amt:_____________.


CLIN 0002; Delivery Charge
Required Quantity: 53
Unit Price:__________. Total Amt:_____________.

CLIN 1001 Option Year 1 50 Pound Box of Dry Ice Pellets;
Required Quantity: 106
Unit Price:__________. Total Amt:_____________.


CLIN 1002; Option Year 1 Delivery Charge
Required Quantity: 53
Unit Price:__________. Total Amt:_____________.

CLIN 2001 Option Year 2 50 Pound Box of Dry Ice Pellets;
Required Quantity: 106
Unit Price:__________. Total Amt:_____________.


CLIN 2002; Option Year 2 Delivery Charge
Required Quantity: 53
Unit Price:__________. Total Amt:_____________.

TOTAL TO INCLUDE OPTIONS: $ XXXX

Provide government with point of contact name and contact information, CAGE code, DUNS number, and TIN

Acceptance shall be at destination.
Shipping shall be FOB Destination to:
USAPHC
Bldg E2100, Bush River Road
Edgewood Area of Aberdeen Proving Ground, MD 21010

Basis for Award: Award will be made to the Lowest Price Technically Acceptable Offer to include pricing in quotes provided for option years.

The following provisions and clauses will be incorporated by reference:
52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.211-17 Delivery of Excess Quantities
52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government to include option years. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
52.212-3, Offerors Representations and Certifications Commercial Items
An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision.
52.217-5 Evaluation of Options

52.217-7 Option for Increased Quantity
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract

252.212-7000, Offeror Representations and Certifications Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items.
ADDENDUM to 52.212-4
52.247-34 FOB Destination
252-211-7003 Item Identification and Valuation
52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S .C. 2402)
52.219-6 Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
52.223-11 Ozone Depleting Substances
52.225-2 Buy American Act - Supplies
52.225-5 Trade Agreements
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
52.246-2 Inspection of Supplies-Fixed Price
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable:
52.203-3 Gratuities
252.225-7001 Buy America and Balance of Payment Program
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests.
252.232-7006 Wide Area WorkFlow Payment Instructions
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.


The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil.

Quotations shall be signed, dated and received by 2:00 P.M. Eastern Standard Time (EST) 27 March 2015 via e-mail to SSG William Yongue, [email protected], at the U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division, Attention: CCAP-SCI 6001 Combat Drive, Aberdeen Proving Ground (APG), MD, 21005-3013.

All quotations from responsible sources will be considered. Vendors who are not registered in System For Award Management (SAM) database or are not maintaining an, quote mark active quote mark status prior to contract award will not be considered. Vendors may register with SAM by going on via the web to https://www.sam.gov.

For questions concerning this Request for Quotation (RFQ), vendors shall contact SSG William Yongue, Contract Specialist, at [email protected]. Vendors shall provide any/all questions no later than 20 March 2015 by 2:00 P.M. EST. NO TELEPHONE REQUESTS WILL BE HONORED. This action was posted on 16 March 2015. The Government reserves the right to make an award without discussions.
Bid Protests Not Available

Similar Past Bids

University Mississippi 17 Oct 2012 at 7 PM
Philadelphia Pennsylvania 07 Feb 2013 at 5 PM
Dover air force base Delaware 26 Aug 2004 at 5 AM
Dover air force base Delaware 11 Aug 2005 at 5 AM
Dover air force base Delaware 10 Aug 2006 at 4 AM

Similar Opportunities

Location Unknown 14 Jan 2026 at 12 AM
Location Unknown 14 Jan 2026 at 12 AM
Natick Massachusetts 15 Jul 2025 at 7 PM
Natick Massachusetts 16 Jul 2025 at 7 PM