Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

91 -- Five Oil BPA

Notice Date
5/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R17PS00370
 
Response Due
6/12/2017
 
Archive Date
6/27/2017
 
Point of Contact
Clements, Nicholas
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; quotations are being requested. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R17PS00370) is being issued subsequent to this combined solicitation/synopsis. The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R17PS00370. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 3249191 - Petroleum Lubricating Oil and Grease Manufacturing. The small business size standard for NAICS Code 3249191 is 750 employees. (v) Line item 0001 - Phillips 66 Turbine Oil 68, in accordance with Attachment 1 - Statement of Work. The Statement of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00370). Line item 0002 - Shell Tellus S2 M100, in accordance with Attachment 1 - Statement of Work. The Statement of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00370). Line item 0003 - Shell Diala S2 ZX-A, in accordance with Attachment 1 - Statement of Work. The Statement of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00370). Line item 0004 - Shell Omala S1 W 460, in accordance with Attachment 1 - Statement of Work. The Statement of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00370). Line item 0005 - Castrol Tribol 1100/220, in accordance with Attachment 1 - Statement of Work. The Statement of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00370). Note: Offerors are encouraged to provide a quote on one or more of the line items listed above. See Exhibit A - Exemplar Order. (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver varying quantities of brand-name hydropower equipment lubricant oils as listed above, on an as needed basis. Contractor shall provide all personnel, licenses/certificates, tools, supplies, equipment, labor and transportation to supply and deliver the requested oil to Hoover Dam. Reclamation anticipates awarding two or more Blanket Purchase Agreements (BPA) as a result of this RFQ. (vii) The performance will begin on or about June 2017. All items shall be delivered to the Bureau of Reclamation, Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005 unless identified otherwise in the specified order. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. a.Addendum to FAR 52.212-1 ¿Quote Submission Instructions This addendum replaced the term "offer" with "quote" within the provision 52.212-1. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision. (1) Offers shall complete and submit Exhibit A - Exemplar Order. Pricing must be submitted on Exhibit A. All documents are attached to the RFQ at www.fedconnect.net. (2) Submit the following information: (a)Dun and Bradstreet Number Systems (DUNS): ______________ (b)Contractor E-mail Address: ______________________________ (3) Technical, Key Personnel and Certifications, and Past Performance Information Requested: (a)Technical Approach: Offerors shall provide the information below in accordance with Attachment 1 - Statement of Work to explain their technical capability. A written response is required for each item. (i)Offerors shall demonstrate they have the equipment (forklift, transport vehicle, hoses, connectors, etc.) to safely load, haul, unload and deliver 2,000 gallons of bulk oil via short-wheel-base tanker, bulk oil totes, and bulk oil drums (or the ability to obtain rental equipment). (ii)Offerors shall prepare and submit a written Oil Spill Prevention Plan. (iii)Offerors shall prepare and submit a written Clean-Up Plan. (iv)Offerors shall prepare and submit a written Waste Management Disposal Plan. (v)Offeror shall prepare and submit a written Safety Plan covering the loading, transporting, unloading and delivering of bulk oil products. (vi)Offeror shall define and/or demonstrate the materials that the truck carries to contain and clean-up oil spills. (b)Key Personnel and Certificates: Offerors shall provide evidence, in the form of a copy, of licenses and certificates. Additionally, offeror shall include the following information on personnel qualifications: (i)Offerors shall provide copies of valid annual vehicle inspection and maintenance records. (ii)Offerors shall provide current insurance covering the transport vehicle and the driver making bulk oil transports and deliveries. (iii)Offerors shall provide copies of the proposed drivers ¿ current CDL licenses. (iv)Offeror's drivers performing delivery bulk oil shall be properly trained and have a minimum of one year experience driving bulk oil transport vehicles on roads, streets, and highways in all types of weather. A signed statement of assurance that the proposed delivery drivers' are properly trained and have one year driving experience driving bulk oil transport vehicles in all types of weather shall be submitted. (v)Offerors shall provide evidence, such as certificates, transcripts, pocket cards, etc. and/or a signed statement of assurance that the proposed drivers performing delivery of bulk oil are properly trained to safely clean up oil spills and to properly dispose of clean-up materials and debris. The cost to furnish all submittals and requirements shall be included in offerors unit pricing. (c)Past Performance: At least three (3) past performance references are requested to be submitted that are most similar to the work of this solicitation your company has performed in the past three years. 1)Offerors shall provide a list of at least three (3) references with their quotation 2)Offerors shall have their references complete and submit Attachment 2 - Past Performance Questionnaire (PPQ) (Questionnaire may be found at FedConnect.net). PPQ must be submitted directly from Offeror's reference to the contracting office via email or fax to Leslie Dieguez at ldieguez@usbr.gov or fax to (702) 293-8499. 3)It is the Offerors responsibility to ensure that at least three (3) different references submit past performance questionnaires prior to the quotation due date. PPQs provided directly from the Offeror will not be considered. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available, will be given a Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) http://www.fai.gov/FAPIIS/trailer/module.htm will be utilized as well. (ix) FAR provision 52.212-2, Evaluation. (a) 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. Evaluation will be Lowest Price Technically Acceptable. The following factors shall be used to evaluate offers: 1.Technical Approach 2.Key Personnel and Certificates 3.Price (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American-Free Trade Agreements-Israeli Trade 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provisions ¿ - Addendum to 52.212-1, Instructions to Offeror ¿ Commercial Items - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿ Representative and Certification - 52.252-1, Solicitation Provisions Incorporated by Reference - 1452.215-71, Use and Disclosure of Proposal Information ¿ Department of Interior - 1452.211-80, Notice of Intent to Acquire Metric Products and Services-Bureau of Reclamation - 1452.222-80, Notice of Applicability ¿ Cooperation with Authorities and Remedies ¿ Child Labor ¿ Bureau of Reclamation - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations ¿ Bureau of Reclamation Addendum to FAR Clause 52.212-4 Contract Terms and Conditions ¿ Commercial Items ¿ - 52.204-18, Commercial and Government Entity Code Maintenance - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - DOI-AAP-0050, Contractor Performance Assessment Reporting System -1452.222-81, Employment Verification - 1452.201-70, Authorities and Delegations (xiv) Not applicable (xv) All questions shall be submitted via email to LDieguez@usbr.gov by no later than 4 PM local time on Thursday, June 1, 2017. No additional questions will be accepted after this date. Offerors are due no later than 2 PM local time on Monday, June 12, 2017. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedConnect or via email to ldieguez@usbr.gov. Offerors shall submit all the requested information listed under (viii) FAR provision 52.212-1, Instructions to Offerors Commercial Items, a. Addendum to FAR 52.212-1 - Quote Submission Instructions, and (ix) FAR Provision 52.212-2, Evaluation to be considered for award. All documents pertaining to this RFQ are located at www.fedconnect.net, Reference Number R17PS00370. (xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez, Contract Specialist. She may be reached via e-mail at LDieguez@usbr.gov, or by phone at 702-293-8369. *End of Combined/Synopsis Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53174d5429afa2347f4db9168a10ad3a)
 
Record
SN04523865-W 20170528/170526234241-53174d5429afa2347f4db9168a10ad3a (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.