Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

91 -- AVIATION FUEL

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014612Q3407
 
Response Due
3/16/2012
 
Archive Date
3/31/2012
 
Point of Contact
JAYNE BELL 252-466-5317
 
E-Mail Address
jayne.bell@usmc.mil
(jayne.bell@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Marine Corps Air Station, Cherry Point, NC has a requirement for Avgas, Conoco Turbine 32 and Services for a truck and driver to support the air show at MCAS, Cherry Point, NC. This is a 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 solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-12-Q-3407 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and DFAR DPN 20120224. This acquisition is restricted to small business. The North American Industry Classification System code 324110, with a small business size standard of 1500 employees. This requirement is for a firm fixed priced contract for the following items: Item 0001 “ 5,900 gallons of Avgas, low lead 100 (the quantity is an estimate). The gas will be needed from 03 May 2012 thru 07 May 2012 for the Air Show at Marine Corps Air Station, Cherry Point, NC. Item 0002 “ 27 drums (55gal), Conoco Turbine 32 Item 0003 “ A truck and driver shall be available onsite from 03 May 2012 at thru 07 May 2012 at 02:00 pm to provide and dispense the AVGAS. This item shall go with line Item 0001 (Bids for truck and driver only will not be considered). The delivery requirements for item 0002 is FOB destination and is to be delivered to Marine Corps Air Station, Fuel Pump House, Building 4221, Cherry Point, NC 28533. Delivery is required by 01 May 2012. (Note: The quantities for item 0002 are a best guess estimate at this time as various aircraft are still in the process of being scheduled for the air show. The quantities will be firmed up at award issue date.) The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. Offeror ™s will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. DFAR 252.223-7001 DFAR 252.211-7003 Alt 1 Item Identification and Valuation. DFAR 252.223-7001 Hazard Warning Labels FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10. Reporting Executive Compensation and First Tier Subcontractor Award, 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration. 52.223-3 Hazardous Material Identification and Material Safety Data. As prescribed in 23.303, insert the following clause: HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (a) śHazardous material, ť as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material (If none, insert śNone ť) Identification No. ____________________ __________________ ____________________ __________________ ____________________ __________________ (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government ™s rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to ” (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with paragraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of clause) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Alt 1, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests, (i) 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-A8. All quotes must be received no later than 3:00 p.m., Eastern Standard Time, 16 Mar 2012 at 03:00 pm. Point of Contact: Jayne Bell, Contract Specialist, Phone 252-466-5317, Fax 252-466-8227, Email jayne.bell@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014612Q3407/listing.html)
 
Record
SN02689721-W 20120308/120307115909-73d34a9c93774cfe099eb91e9d7548c6 (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.