Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

91 -- Airshow Oils - Price Schedule Airshow Oils

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BK1237A001
 
Point of Contact
Katie B. Cockerill, Phone: 210-652-5176, Nicole L. Brundige, Phone: 210-652-9108
 
E-Mail Address
katie.cockrill@us.af.mil, nicole.brundige@us.af.mil
(katie.cockrill@us.af.mil, nicole.brundige@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Airshow Oil Price Schedule The 902d Contracting Squadron, Randolph AFB, TX, has a requirement for aviation and smoke oil for the 2011 Randolph AFB Air Show. Description Actual requirement Aeroshell W120 (Deter) 156 Gallons Aeroshell 120 57 Gallons Aeroshell Aeroshell 100 3 Gallons Aeroshell W 100 (Deter) 12 Gallons Aeroshell W 100 (Deter/ Plus) 3 Gallons Philips 25W60 20 Gallons Aeroshell Smoke Oil 280 Gallons Aeroshell Smoke Oil (B A) 1100 Gallons Turbine Oil 500 6 Gallons *Vendor to provide bulk discount pricing if applicable (gallon/drum or gallon/case purchasing). Notice to Offerors: Funds are not presently available under this soliciation. Until funds are available, the Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3BK1237A001 is issued as a request for quotation (RFQ). This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41 and DFARS change 20100611. The associated North American Industry Classification System Code (NAICS) is 324191; and the size standard is 500. This synopsis of proposed contract action does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.204-7 -- Central Contractor Registration;52.246-4 -- Inspection of Services -- Fixed-Price; 52.252-6 -- Authorized Deviations in Clauses; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.212-7001 Deviation; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. 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. Addendum: Basis for Award: This is a competitive best value acquisition. The Government will make an award using price. Price: Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes must be received no later than 6 Sep 2011, at 0600 Central Standard Time and reference the solicitation listed above. All quote prices must be valid for 30 days and timing of delivery if awarded. Point of Contact: Mrs. Katie Cockerill, Contract Specialist, Phone 210-652-5176, Fax 210-652-5135, Email katie.cockerill@us.af.mil, Rhonda J. Chavez, Contracting Officer, Phone 210-652-5176, Email rhonda.chavez@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BK1237A001/listing.html)
 
Place of Performance
Address: Randolph AFB, San Antonio, TX, Randolph, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02553594-W 20110831/110829235440-e4561cdae9d920d790a20ab6d01aed92 (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.