Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

91 -- Lubricating Engine Oil, Type: Mobil Guard 450-NC 5,500 gallon container

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-06-R-0052
 
Response Due
8/25/2006
 
Point of Contact
Tisa Clark, Contract Specialist, Phone 904 542-1248, Fax 904 542-1098,
 
E-Mail Address
Tisa.Clark@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-06-R-0052 applies and is as a Request for Proposal. This procurement is unrestricted and all responsible business concerns may submit an offer. This announcement constitutes the request for the required material under RFP N68836-06-R-0052. The North American Industry Classification System (NAICS) Code is 324191; and the Small Business Size Standard is 500 employees. This acquisition will be accomplished under the authority of the test program for commercial items “Section 4202 of the Clinger-Cohen Act of 1996”, as implemented by FAR 13.5. CLIN 0001: Nine (9) 5,500 gal/containers of Lubricating Oil, type: Mobil Guard 450-NC, which are to be purchased for Public Works Department Naval Station Guantanamo Bay, Cuba and delivered to Naval Station Guantanamo Bay, Cuba, Transportation Department, Blount Island Marine Terminal, 8998 Blount Island Blvd., Jacksonville, FL 32226. Shipping method shall consist of one flexibag (for each delivery) within a wooden bulkhead positions frame across and within a shipping container. Contractor will be responsible for preparation of the shipping container. Container must have four locking bars and be of appropriate condition for overland and barge shipping. At no time shall the net weight of product exceed 48,000 pounds. Contractor will be responsible for obtaining/coordinating custody of appropriate shipping container via interchange or other transportation agreement. ASTM TEST NEW, UNUSED PROPERTY DESIGNATION __OIL LIMITS_ Viscosity: D88 or D445 Saybolt Universal Second at 210° F (98.9° ) 72-85 (13.5 – 16.8 cSt ) Viscosity Index D567 60-100 Flash Point D92 420° F Min. (216° C) Fire Point D92 475° F Min. (246° C) Pour Point D97 40° F Max. (4.5° C) Zinc Content (†) 10 ppm Max. Total Base Number (††) D-664 5-10 D-2896 7-13 CLIN 0002: Florida Water Quality Tax for quantity of: nine each. FOB Destination. Delivery dates are as follows: October 20, 2006 November 17, 2006 December 8, 2006 January 5, 2007 February 2, 2007 March 2, 2007 March 30, 2007 April 27, 2007 May 27, 207 . The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (JUL 04), 52.204-7 Central Contractor Registration (OCT 03), 52.229-3 Federal, State, and Local Taxes (APR 03), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 04), 52.239-1 Privacy or Security Safeguards (AUG 96), 52.246-2 Inspection of Supplies (AUG 96), 52.247-34 FOB Destination (NOV 91), 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 03), 52.212-1 Instructions to Offers-Commercial (JAN 06), 52.212-4 Contract Terms and Conditions—Commercial Items (SEP 05), 52.233-3 Protest After Award (AUG 96). The following FAR and DFAR provisions and clauses are incorporated by FULL TEX: 52.215-5 Facsimile Proposals (OCT 97), 52.212-3 Offeror Representation and Certification-Commercial Items (MAR 05), DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 05), 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 97), 52.247-52 Clearance and Documentation Requirements – Shipments to DoD Air or Water Terminal Transshipment Points (FEB 06), 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JAN 06). Within 52.212-5, the following clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 95), 52.219-4 Notice of price evaluation preference for HUBZone Small Business Concerns, 52-219-8 Utilization of Small Business Concerns, (JAN 99) 52.222-3 Convict Labor (JUN 03), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities (FEB 99), 52.222-26 Equal Opportunity (APR 02), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 01), 52.222-36 Affirmative action for Workers with Disabilities (JUN 98), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 01), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 04), 52.225-1 Buy American Act- Supplies (JUN 03), 52.225-13 Restrictions on Certain Foreign Purchase (MAR 05), 52.225-15 Sanctioned European Union Country End Products (FEB 00), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 03). 52.233-2 Service of Protest (AUG 96), 52.233-3 Protest after Award (AUG 96), 52.233-4 Applicable law for Breach of Contract Claim (OCT 04), 52.243-1 Changes-Fix Price (Apr 84). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 03), within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 84), 252.225-7012 Preference for Certain Domestic Commodities (FEB 03), 252.232-7003 Electronic Submission of Payment Request (JAN 04), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 98), 252.247-7023 Transportation of Supplies by Sea (MAY 02), 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 00), 252.204-7000 Disclosure of Information (DEC 91), 252.204-7006 Billing Instructions (OCT 05), 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 98), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 98), 252.225-7013 Duty-Free Entry (JUN 05), 252.232-7010 Levies on Contract Payments (SEP 05), 252-246-7000 Material Inspection and Receiving Report (DEC 91) LOCAL CLAUSES: NBZ039 Wide Area Work Flow (WAWF) Supply: INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding \Fleet and Industrial Supply Center Jacksonville\ is provided for completion of the invoice in WAWF: Issuing Office DODAAC: \??????\ Admin DODAAC: \??????\ Acceptor DODAAC: \??????\ LPO DODAAC: \??????\ Pay DODAAC: \??????\ The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. (End of Clause) NBZ011 HAZARDOUS MATERIAL SAFETY DATA SHEET (MSDS) (a) The Contractor shall submit one copy of the Material Safety Data Sheets (MSDS) required by FAR clause 52.223-3 incorporated herein to the address shown below: Navy Environmental Health Center Attn: HMIS Code 3416 2510 Walmer Avenue Norfolk, VA 23513-2617 Telephone: (804) 444-4657 (b) The Contractor shall also send one copy of the MSDS to the ship-to addressee(s) designated in this order (see block 14 of DD Form 1155). (c) In addition, the Contractor shall label all Hazardous Material in accordance with the latest version of FED-STD-313, entitled "Material Safety Data, Transportation Data and Disposal Data for Hazardous Materials Furnished to Government Activities" and 29 CFR Section 11910.1200. (End of Clause) HAZARDOUS MATERIALS (JAN 1999) (NAVSUP) (a) Hazardous materials as used in this clause means any material defined as hazardous within the applicable modal regulations governing packaging, handling storage and transportation (including revisions adopted during the term of this contract). Such definitions include the following: Class/Division Definition 1 Explosives 2.1 Flammable Gas 2.2 Non-Flammable, Non-poisonous Compressed Gas 2.3 Gas Poisonous by Inhalation 3 Flammable liquid (flash point not more than 141 degrees F) 4.1 Flammable Solid 4.2 Spontaneously Combustible Material 4.3 Dangerous When Wet Material 5.1 Oxidizer 5.2 Organic Peroxides 6.1 Poisonous Material 6.2 Infectious Substance 7 Radioactive Material 8 Corrosive Material 9 Miscellaneous Hazardous Material None Otherwise Regulated Material (ORM-D) (b) Preservation, packaging and packing of hazardous materials shipped hereunder shall be in accordance with the requirements of Department of Transportation Code of Federal Regulation, Title 49, Part 100 -199, as applicable. In the event of any discrepancy between the contract and Title 49, Title 49 shall govern, unless another modal regulation is applicable (See paragraphs (e), (f) and (g) below. (c) Marking and labeling shall be in accordance with MIL-STD-129 and Title 49, as applicable. In the event of any contradiction between the two documents, Title 49 shall govern. (d) Transportation shall be in accordance with Title 4.9; however, hazardous material shipped via the U.S. Postal Service shall be shipped in accordance U.S. Postal Service Publication. (e) Hazardous materials intended for shipment via water transportation shall be packaged, packed, marked and labeled in accordance with the International Maritime Organization International Maritime Dangerous Goods (IMDG) Code. (f) Hazardous materials intended for shipment, via commercial air, shall be packaged, packed, marked, labeled, and certified in accordance with the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods By Air or the International Air Transport Association (lATA) Dangerous Goods Regulations. (g) Hazardous materials intended for shipment, via military aircraft, shall be packaged, packed, marked, labeled, and certified in accordance with joint manual AFJMAN 24- 204/NAVSUPPUB 505/TM 38-250/MCO P4030.19G/DLA14145.3 (Preparing Hazardous Materials For Military Air Shipments). (h) If the hazardous material required to be shipped under this contract is a non-regulated limited quantity as defined by applicable modal regulations, it shall be packaged to meet the requirements of Level A packaging listed in MIL-STD-2073. (i) In addition to the above, packaging (container and containment components) designs shall pass all applicable packaging performance tests in accordance with Title 49, the ICAO/IATA and IMDG, as applicable. Compressed gases are excluded from these tests. Each packaging of acceptable design shall bear certification markings outlined in Title 49. All certificates and test reports indicating test compliance shall be available for inspection by authorized government representatives. (j) A test report and special packaging instruction shall be submitted in accordance with DD Form 1423, Contract Data Requirements List, referencing Data Item Descriptions (DIDs) ~I- PACK-81 059 (Performance Oriented Packaging Test Report) and DI-PACK-80121 (Special Packaging Instruction). When these DIDs are referenced, only packaging materials controlled by Military or Federal Specifications may be used, unless superseded by commercial standards, which have been adopted for government use. (k) A Material Safety Data Sheet, prepared in accordance with FED-S~D-313, and a copy of the Hazard Warning Labels shall be forwarded to the applicable contracting activity. (End of Clause) NBZ038 SUPPLY CLAUSES The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 “Delivery Order Number” of Form DD 1155 or Block 2 “Contract Number of SF 1449). INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. Shipping Instructions for all cargo bound for NAVSTA Guantanamo Bay, Cuba: 1. Deliver to: GTMO Expediter c/o TransAtlantic LLC Blount Island Marine Terminal 8998 Blount Island Blvd Jacksonville, FL 32226 M/F: Candace L Keller (GTMO Expediter) Ph: (904) 751-8886 Fax: 751-8887 2. Hours of operation: Monday thru Friday 8:00 am to 4:30 pm. 3. For delivery arrangements/directions call: Julian Sierra (TransAtlantic) at 1-866-845-3810. 4. Mark all cargo: FFT: PUBLIC WORKS Dept. U.S. Naval Station Guantanamo Bay, Cuba TCN: (To be completed at time of award) POC: TOM DAVIS PH: 011-5399-4416 The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer TD number 6) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications—Commercial Items and 252.212-7000 Offeror Representations and Certifications—Commercial Items (NOV 95) with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the PRICE. All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Proposals must be received no later than 10:00 A.M, 25 Aug 06. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet and Industrial Supply Center Jacksonville, attn: Tisa Clark, 110 Yorktown Ave, bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 541098, Telephone: (904)542-1248, Email: tisa.clark@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N688361/N68836-06-R-0052/listing.html)
 
Place of Performance
Address: Naval Station Guantanamo Bay, Blount Island Marine Terminal, 8998 Blount Island Blvd, Jacksonville, FL.
Zip Code: 32226
Country: UNITED STATES
 
Record
SN01147712-F 20060920/060918223951 (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.