Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

68 -- AFICA - Minot AFB Propylene Glycol - Combined Synopsis/Solicitation

Notice Date
7/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-17-Q-4036
 
Archive Date
8/12/2017
 
Point of Contact
TeAnte Cain, Phone: 7017231228, Ryan J. Nichols, Phone: 7017236935
 
E-Mail Address
teante.cain@us.af.mil, ryan.nichols.11@us.af.mil
(teante.cain@us.af.mil, ryan.nichols.11@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined synopsis/solicitation for Propylene Glycol at Minot AFB. • FAR 52.232-18 Availability of Funds (Apr 1984) - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222. 3) The NAICS is 325199, All Other Basic Organic Chemical Manufacturing. The Small Business Size Standard for this NAICS code is 1,250 employees. This acquisition is set-aside for service-disabled veteran-owned small business concerns. 4) Description: Bulk Propylene Glycol, Dyed Green for all HVAC systems at Minot AFB - 95% with corrosion inhibitors (no mixing required). Product must be UDSA certified biobased product (www.biopreferred.gov) and product brochure must be submitted with quote. Include price of delivery via tanker to Minot AFB, ND. Delivery shall be between 1 Sep 17 - 15 Sep 17. Vendor must coordinate with CE POC, Mr. Hal Tarvestad at least one hour prior to delivery. Delivery can be made Monday - Friday between 7:30 am and 4:00 pm CST. All 3,000 gallons of Propylene Glycol must be delivered in one shipment. CLIN 0001 Qty Unit Price Total Bulk Propylene Glycol, Dyed Green 3000 GA $ $ 5) Delivery shall be F.O.B. Destination to: 5 CES/CEOI Attn: Hal Tarvestad/701-723-3896 445 Peacekeeper Pl Minot AFB, ND 58705 Delivery Date: Between 1-15 Sep 17 6) Quotes must be valid through 30 September 2017. Quotes must be provided on this form and be signed, dated and submitted by 28 July 2017, 10:00 A.M. CST to both of the points of contact listed below. Failure to send quotes to both POCs may result in being eliminated from award. Primary: SrA TeAnte Cain - teante.cain@us.af.mil Alternate: SrA Ryan Nichols - ryan.nichols.11@us.af.mil 7) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Burnett at ginnafer.burnett@us.af.mil. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards listed above and the stated delivery date. *All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.204-7 System for Awards Management FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.211-16 Variation in Quantity: (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 0% increase, 10% decrease. This increase or decrease shall apply to the total contract quantity. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Aside FAR 52.219-28 Post Award SB Representation Program FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-1 Buy American Act-Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.232-40 Providing Accelerated Payments to Small Business Subs FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.223-1 Biobased Product Certification FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts. FAR 52.247-34 F.O.B Destination The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.211-7003 Item Identification and Validation DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df3348f4db7981065adf5a1842662e61)
 
Place of Performance
Address: Minot AFB, Minot, North Dakota, 58703, United States
Zip Code: 58703
 
Record
SN04584878-W 20170720/170718235833-df3348f4db7981065adf5a1842662e61 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.