Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

91 -- Aviation Fuel & Lubricants

Notice Date
2/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X0A20034A001
 
Archive Date
3/20/2010
 
Point of Contact
Ian Y. Coleman, Phone: 334-953-8083
 
E-Mail Address
Ian.Coleman@maxwell.af.mil
(Ian.Coleman@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies below. 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2X0A20034A001). The solicitation document and incorporated provisions and clauses are those put into effect by the Federal Acquisition Circular 2005-38 (1 Feb 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100224. A Firm Fixed Priced Award will be made in accordance with the following Schedule of Supplies: NAICS Code: 424720; Size Standard: 500 Employees The Defense Priorities and Allocations System rating is C9E. NATURE OF ACQUISITON: The 42 ABW, Maxwell AFB, AL, has a requirement to purchase aviation petroleum supplies and associated refueling services for its 2010 Open House. This acquisition is for brand name or equal product. Equivalent or better products will be accepted from other manufacturers. Proof of equivalent specifications must be provided for any products deemed "or equal" to the petroleum products detailed below. The Schedule of Supplies (below) provides all items and quantities required. The provided statement of work, details the expectations of performance demanded from every offeror. Delivery will be to the aircraft parked on the Maxwell AFB ramp, Maxwell AFB, AL, 36112. This procurement will be awarded using Simplified Acquisition Procedures and will be satisfied via full and open competition. All inquiries/responses to this notice must be received by March 5, 2010, 12:00 PM CST. Schedule of Supplies (All Estimated Values): CLIN 0001: (20 Drums) 1,100 Gallons of Vitrea 13 Smoke Oil CLIN 0002: (4 Cases) Each Containing 12 Quarts of Aeroshell 100W Plus Oil CLIN 0003: (42 Cases) Each Containing 12 Quarts of Aeroshell 120W Oil CLIN 0004: (12 Cases) Each Containing 12 Quarts of Phillips XC 25/60 Oil CLIN 0005: (15,000 Gallons) AVGAS 100LL CLIN 0006: (3 Drums) 165 Gallons of Texaco Canopus 13 CLIN 0007: (6 Drums) 330 Gallons of Aeroshell Smoke Oil CLIN 0008: (1 Each) AVGAS Refueler Use CLIN 0009: (1 Each) AVGAS Tanker Use CLIN 0010: (1 Each) Personnel Cost *Your unit prices are to include shipping and handling, all incidental costs, and any other expenses arising from the procurement of these items. Delivery will be made for entire show period from 08:00 AM CST 26 Mar 2010 until 12:00 PM CST 29 Mar 10. If all aircraft are fueled and ready for departure before 12:00 PM CST 29 Mar 10, the contractor can be released to depart early by the Open House Director.* STATEMENT OF WORK Vendor Will: 1. Provide smoke oil, AVGAS and engine oil, etc. for the 2010 Maxwell Air Force Base Open House/Air Show. 2. Supplier should arrive no later than Friday, 08:00 AM CST 26 Mar 2010 and depart no earlier than Monday, 12:00 PM CST 29 Mar 10. Early departure for the contractor can be authorized by the Air Show Director, if all aircraft fuel and oil requirements have been satisfied for their departure. 3. Supplier should agree to take back any unused/unopened products. The contractor shall invoice only for the actual quantities used. QUOTATION PREPARATION INSTRUCTIONS To ensure the timely and equitable evaluation of quotes, offerors must comply with the instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements, and all terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, and DFARS 252.225-7000, or this information must be current and available online. A Buy American Act Certificate must be completed and included with each quotation (this should be faxed or emailed). Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, county, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, Wide Area Workflow (WAWF) database, and the Online Representations and Certifications Application (ORCA) database, no exceptions. To register, please visit http://www.ccr.gov, https://wawf.eb.mil/index.html, and https://orca.bpn.gov/. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR PART 13. Proposals will only be accepted from CCR verified small businesses. Award will be based on technical acceptability and price. An offeror will be determined technically acceptable if no exception is taken to the Nature of the Acquisition and specifications (CLIN 0001 - 0010), and if all quotation preparation instructions are complied with. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007) 52.211-16 Brand Name or Equal (Aug 1999) 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007) By Full Text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010), and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.219-28 Post Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child labor- Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002). 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/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS FEB 2003 Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: lynn.jones@maxwell.af.mil Contract Specialist: ian.coleman@maxwell.af.mil Contracting Officer: christopher.marquis@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The following provisions apply: By reference: FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (Aug 2009) FAR 52.212-3, ALT 1 (APR 2002) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. By full text: FAR 52.212-1 -- Solicitation Provisions Incorporated by Reference (Jul 2008) 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. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: 1st Lt Ian Y. Coleman, at ian.coleman@maxwell.af.mil. All responses shall be received NLT 12:00 PM CST on March 5, 2010. Point of Contact: 1st Lt Ian Y. Coleman, Contract Specialist, Phone (334) 953-8083, Fax (334) 953-3341.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X0A20034A001/listing.html)
 
Place of Performance
Address: Maxwell AFB Ramp, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02077396-W 20100228/100226235017-db135226df1849f6b42f159f9aa64b0e (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.