Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

ARCHER DANIEL MIDLAND (ADM) – GPX BLAST MEDIA ( TYPE VII)

Solicitation Number: F3P3D18116A001
Agency: Department of the Air Force
Office: Air Education and Training Command
Location: Randolph AFB - 12th Contracting Office
  • Print
:
F3P3D18116A001
:
Combined Synopsis/Solicitation
:
Added: Sep 08, 2008 9:39 am

The 12th Contracting Squadron at Randolph AFB intends to award a contract on a Sole-Source basis for the purchase of items listed in the Description of Supplies In Accordance With 10 U.S.C. 2304c (1) , as implemented by FAR Part 6.302-1-- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

SOLE SOURCE JUSTIFICATION:


GPX, MIL-P-8589, Type VII is a hybrid blasting media that combines acrylic plastic with corn starch. The media is softer and less aggressive than plastic (Type V) media currently used. The Archer Daniels Midland (ADM) company is the only known manufacturer of GPX Type VII. Midvale Idustries is the only authorized distributor for ADM GPX. AETC plans to use this product to strip all assigned aircraft. 12FTW/MXM is mandated to use this type of blasting media.


A Firm Fixed Priced Award will be in accordance with the following:


(i) This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued.


(ii) This solicitation number F3P3D18116A001 is issued as a Request For Quotation.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-26.


(iv) The NAICS Code is 423840; size standard is 100 employees.


(v) List of contract line item numbers( CLINs), items, quantities, units of measure, and option(s) ( if applicable).


CLIN: 0001
Item: Type VII ADM GPX Starch-g Acrylic Blast Media.
Quantity: Forty (40)
Units: Drum


(vi) DESCRIPTION OF SUPPLIES/SERVICES


Type VII ADM GPX Starch-g Acrylic Blast Media. Packaged in 300 Pound or 55 Gallon Plastic Drums. Must meet or exceed Military Specification: MIL-P-85891.


(vii) Place of Delivery and Acceptance: Randolph AFB, Texas
(Free On Board: Destination).


(viii) The provision at 52.212-1, Instructions to Offerors - Commercial (June 2008), applies to this acquisition.


(ix) In accordance with FAR 52.212-2 Evaluation of Commercial Items (Jan 1999)


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


(1) Conformance to the Description of Supplies (Technical Proposal)


The technical proposal shall demonstrate the ability to provide supplies in the Description of Supplies that meet or exceed Military Specification MIL-P-85891.


(2) Price (Price Proposal)


The firm fixed price shall including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response.


Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. In determining best value, Conformance to the Description of Supplies is significantly more important than price. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on the factors contained herein.

(x) In accordance with FAR 52.212-3, Offeror Representation and Certification of Commercial Items (June 2008), Offerors are reminded that Representations and Certifications are to be maintained at the following website:


http://orca.bpn.gov/publicsearch.aspx


In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://orca.bpn.gov.


An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 (c) through (m) of this provision.


(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items
(Feb 2007), applies to this acquisition. Addenda to the clause:

52.212-4 Addendum. Paragraph (c) of this clause is tailored as follows:
(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of:
(1) Administrative changes such as changes in the paying office,
appropriation data, etc.
(2) No cost amended shipping instructions (ASI) if
(A) The ASI modifies a unilateral purchase order, and
(B) The contractor agrees verbally or in writing,
(3) Any change made before work begins if
(A) The change is within scope of the original order,
(B) The contractor agrees;
(C) The modification references the contractors verbal or written
agreement.


(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (June 2008) (Deviation), applies to this acquisition.
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.
(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).
(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).
(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793).
(v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).
(vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.)
(vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50.
(viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.)
(ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.)
(x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64,
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
(xiii) ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS


FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil.


FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.


The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text) :


WAWF Invoicing Instructions
Local Statement Contractor Access to Installation
52.212-1 Instructions to Offerors - Commercial Items;
52.212-2 Evaluation - Commercial Items;
52.212-3 Offeror Representation and Certifications-Commercial Items;
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-4 Addendum;
52.212-5 Contract Terms and Conditions/ Commercial Contract Terms and
Conditions Required to Implement Statutes or Executive Orders/ Commercial Items (Deviation);
52.219-28 Post-Award Small Business Program Rerepresentation;
52.222-3 Convict Labor;
52.222-19 Child Labor - Cooperation with Authorities and Remedies;
52.222-21 Prohibition of Segregated Facilities;
52.223-5 Pollution Prevention and Right-to-Know Information;
52.223-10 Waste Reduction Program;
52.225-13 Restrictions on Certain Foreign Purchases;
52.232-33 Payment by Electronic Funds Transfer-Central Contractor
Registration (31 U.S.C. 3332);
52.233-4 Applicable Law for Breach of Contract Claim;
52.252-2 Clauses Incorporated by Reference (Feb 1998);
252.204-7004 Required Central Contractor Registration;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items;
252.223-7001 Hazard Warning Labels;
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous
Materials;
252.225-7001 Buy American Act and Balance of Payments Program;
252.225-7002 Qualifying Country Sources as Subcontractors;
252.232-7003 Report of Intended Performance Outside the United States.
252.247-7021 Returnable Containers Other Than Cylinders;
5352.201-9101 Ombudsman;
5352.223-9001 Health and Safety on Government Installations.

(xiv) Orders awarded as a result of this solicitation will not be assigned a rating under the Defense Priorities and Allocations System (DPAS). Information on the DPAS program may be accessed electronically at this address:


http://www.bis.doc.gov/dpas/default.htm


(xv) Interested parties capable of providing the above must submit a written price quote to include discount terms, Cage Code, DUNS number, and Tax Identification Number.


To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov.


Responses to this notice shall be provided in writing to Gerardo C. Martinez
via email: Gerardo.Martinez@RANDOLPH.AF.MIL no later than 1:00 PM CST on Monday, 15 September 2008.


 


:
395 B Street West Suite 2
Randolph AFB, Texas 78150-4525
:
Randolph Air Force Base
Texas 78150
United States
:
Gerardo C Martinez,
Contract Specialist
Phone: 210-652-5117
Fax: 210-652-2759
:
Ricky L Harris,
Contracting Officer
Phone: 210-652-5171
Fax: 210-652-7486