Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
MODIFICATION

91 -- Bulk Motor Oil & Hydraulic Fluid

Notice Date
10/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-15-T-BS01
 
Response Due
11/13/2014
 
Archive Date
12/29/2014
 
Point of Contact
Tyler Bryson Sane, 309-782-3322
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(tyler.b.sane2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification is to answer the following Contractor submitted questions: Q1)Can you please confirm the freight delivery address? A1)The delivery Address will be Pine Bluff Arsenal, Arkansas 71602 Q2)Is the CLIN 0001: Bulk Motor Oil, 10W30 Grade for Gasoline Engines? A2)Yes Q3)Is the CLIN 0002: Bulk Motor Oil, 15W40 Grade for Diesel Engines? A3)Yes Q4)When is expected for the delivery of the first order to take place? A4)The first delivery is expected to take place 30 days after the date completion of the awarded contract. Q5)Does the delivery location have a dock or a tow motor to unload the 55-gal drums? A5) Yes, there are loading docks for trucks to back up to. Someone will unload the drums with a forklift and barrel attachment. **All Other Terms and Conditions remain the same. ** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-15-T-BS01. This procurement is a 100% small business (SB) set-aside IAW FAR Subpart 19.5, Set-Asides for Small Business. The NAICS code is 324191; the size standard is 500 employees. DESCRIPTION OF REQUIREMENT This solicitation is issued for the following item: CLIN 0001: Bulk Motor Oil, 10W30 Grade; Quantity are 25-55 gal. Drums under a Firm Fixed Priced (FFP) Contract CLIN 0002: Bulk Motor Oil, 15W40 Grade; Quantity are 25-55 gal. Drums under a Firm Fixed Price (FFP) Contract. CLIN 0003: Bulk Hydraulic Fluid; Quantity are 25-55 gal. Drums under a Firm Fixed Price (FFP) Contract- The HT/10W High Performance is beneficial to the operation of the equipment and is preferred (Heavy equipment including dozers, tractors, excavators, etc...). Brand name or equal to Kendall Hyken 052 IAW Attachment 0003-Specification for Brand Name. LIST OF ATTACHMENTS Attachment 0001- Pricing Sheet Attachment 0002- Clauses Attachment 0003- Specification for Brand name or equal to Kendall Hyken 052 (CLIN 0003) Attachment 0004- Delivery Schedule DELIVERY/PLACE OF PERFORMANCE Delivery is FOB Destination to Pine Bluff Arsenal. The delivery of each CLIN will span 12 month intervals as represented by Attachment 0004-Delivery Schedule. QUOTE SUBMISSION REQUIREMENTS Offerors shall enter unit prices on the Pricing Sheet at Attachment 0001. Unit prices must be rounded to 2 (TWO) decimal places. All unit prices will be binding. Offerors must also fill-in and return the following clauses with their quote: Attachment 0002, Certification Regarding Responsibility Matters (FAR 52.209-5) Attachment 0002, Place of Performance (FAR 52.215-6) Attachment 0002, Place of Manufacture (FAR 52.225-18) Attachment 0002, Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DFARS 252.209-7993) EVALUATION FOR AWARD In accordance with FAR 12.602, streamlined evaluation procedures will be utilized for this procurement. Award will be made to the offeror who provides the lowest Total Evaluated Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation, to include submission requirements listed under quote mark Quote Submission Requirements quote mark above, as well as listed in Attachment 0002, and Evaluation for Award. Award will be made on a Firm Fixed Price basis. CLAUSES The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hg.af.mil/contracting ): See Attachment 0002- Contract Clauses that apply to this solicitation. DEADLINE FOR QUOTE SUBMISSION Quotes are due on Thursday, 13 November, 2014, no later than 1:30 p.m. Central Time. Quotes shall be submitted electronically via email to the Contract Specialist tyler.b.sane2.mil@mail.mil. Quotes will NOT be accepted electronically via the 'Start Offer/Bid' Process within the Army Single Face to Industry (AFSI) website; QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist. Phone calls WILL NOT be accepted. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. System for Award Management (SAM). offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Wide Area Work Flow (WAWF). offerors must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All offerors shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if offerors accepts payment by Government Purchase Card. Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in SAM. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFP, not just those requirements stated in the specification such as terms and conditions, representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/88ea1b5a56f1d1f1e12fd1cfb88ea1c1)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03561839-W 20141101/141030235749-88ea1b5a56f1d1f1e12fd1cfb88ea1c1 (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.