Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

91 -- Diesel and Oil Test/Anallysis - Request for Quote F1MTN11187A001

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1MTN1187A001
 
Point of Contact
Terry G. Harrelson, Phone: 8439635180, Tamara F. Lee, Phone: 8439635158
 
E-Mail Address
terry.harrelson-02@charleston.af.mil, tamara.lee.4@us.af.mil
(terry.harrelson-02@charleston.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
F1MTN11187A001 Request for Quote (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1MTN11187A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 541380 with an $12,000,000 million size standard. (v) Contractors shall submit a lump sum quote using the attached price list. for testing/analyzing diesel fuel and oil in accordance with ASTM D 5304-94, ASTM D 6217-98, and MIL F 16884-F on an as needed basis. Samples will be provided by Government personnel. The Pricelist is attached to this combination solicitation/synopsis and will be used to submit quotes. After award, this document will become part of the agreement. All responsible sources may submit a quote/proposal, which shall be considered. A firm fixed price blanket purchase agreement is contemplated (BPA). (vi) F1MTN1187A001 test/analyze deisel fuel/oil in accordance with ASTM D 5304-94, ASTM D 6217-98, and MIL F 16884-J on an as needed basis, Joint Base Charleston, South Carolina. (vii) Performance will be required per BPA call/order. BPA performance period will be from 1 Oct 2011 through 30 Sep 2016. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 factor(s) shall be used to evaluate offers in the following relative order of importance: 1 Price. The Government will evaluate the total price of the offer for award purposes. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) 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 or AFISRA ombudsmen, Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 14 Sep 11 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1MTN11187A001 (xiv) Address questions to F1MTN11187A001,Contract Specialist, at (843) 963-4478, fax (843) 963-5183, email terry.harrelson-02@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email tamara.lee.4@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1MTN1187A001/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Charleston SC, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02567142-W 20110910/110908235928-02a1fb64adcf09c9df7fc96a956a4b83 (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.