Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

91 -- Aviation Gas and Lubricants

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2X0A26034A100
 
Response Due
2/28/2006
 
Archive Date
3/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2X26034A100 is being issued as a Request for Quote using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 date 05 Jan 2006 and the Defense Federal Acquisition Regulations (DFARS) change notice 20060123. It is the contractors? responsibility to be familiar with applicable clauses and provisions. This acquisition is for 42nd Air Base Wing on Maxwell AFB, Alabama. This acquisition is being issued as a 100% small business set a side solicitation. The North American Industrial Classification System Code is 424720 with a small business size standard of 100. Service contact Act of 1965 as admended applies. Department of Labor Wage Determination 94-2011 Rev (30) Dated 05/23/2005 will be incorporated into the award. The government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: 9000 (estimated) GL of Aviation Fuel 100LL. CLIN 0002: 21 GL of 120 Weight AersoShell Aviation Motor Oil, CLIN 0003: 15 GL of Aviation Motor oil Phillips 25/60, CLIN 0004: 9 GL of 100 Weight Plus AeroShell Aviation Motor Oil, CLIN 0005: 2 QT of 50 Weight Oil, CLIN 0006: 2 GL of Hydraulic Fluid (5056), CLIN 0007: 5 DR of Texaco Corvis 13, CLIN 0008: One Refueler, CLIN 0009: One Fuel Tanker for 48 hours to deliver AVGAS and storage, CLIN 0010: Fueling Support Personnel for 40 hours, CLIN 0011: One (1) 55-gal drum of non-gal drum of non-detergent mineral oil. Contract performance will be from 0800 April 7, 2006 ? 1200 April 9, 2006. Place of performance will be Maxwell AFB, Montgomery , AL 36112. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of two sections: (1) price and (2) proof of technical acceptability. BASIS FOR AWARD: This is a competitive, lowest technically acceptable acquisition utilizing simplified procedures. For quotations determined technically acceptable, a price fair and reasonable determination will be made. An offeror will be determined technically acceptable if no exception is taken to CLIN 0001 and items 1- 11 of the specifications of the solicitation. Award will be based on price. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price and technical acceptability, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government?s best interest. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002). The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) applies to this acquisition and is addended to add the following FAR clauses: 52.204-7, Central Contractor Registration (Oct 2003);. FAR 52.204-7, Central Contractor Registration (Oct 2003). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jul 2005) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Nov 2003). The FAR clause, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006) applies to this acquisition and is addended to add the following FAR clauses: 52.222-41 -- Service Contract Act of 1965, as Amended, 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). In compliance withth eService Contract Act of 1964, as amended , and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the calsses of service empolyees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to be employed under the contact and states the wages and fringe benefits payabel to each if they wre employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 OR 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class Noetary Wage ?Fringe Benefits Air Refueler, GS -8 Step 3; $19.88. The Defense Priorities and Allocations System rating is S. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made (all or none) to one vendor. Responses/Offers are due 12:00 pm CST on 27 January 2006. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-2198 attn: TSgt Teresa Stacy, e-mailed to terry.stacy@maxwell.af.mil (subject: F2X0A25349A100), or mailed to 42 CONS/LGCB-1, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: Mazxwell AFB, Montgomery, AL
Zip Code: 36066
Country: USA
 
Record
SN00989656-W 20060218/060216212602 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.