Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

91 -- Petroleum, Oil and Lubrication Items - Package #1

Notice Date
12/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Arizona, 5645 East McDowell Road, Phoenix, Arizona, 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-18-R-0002
 
Archive Date
2/6/2018
 
Point of Contact
Thomas W. McKendry, Phone: 60227672704, Vasile Insuratelu, Phone: 6026294403
 
E-Mail Address
thomas.w.mckendry.mil@mail.mil, vasile.insuratelu.mil@mail.mil
(thomas.w.mckendry.mil@mail.mil, vasile.insuratelu.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ Appendix 1a Appendix 1 RFQ# W912L2-18-R-0002 Petroleum, Oil and Lubrication Products 1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the FAR (Federal Acquisition Regulation) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Combined Synopsis/Solicitation requested and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a quote. 2. The North American Industry Classification System (NAICS) code is 324191- Petroleum lubricating oil and grease manufacturing. Offerors must be registered in the Central Contractor Registration (SAMS) at http://www.sams.gov, in order to be considered for award. 3. The Combined Synopsis/Solicitation Number is: W912L2-18-R-0002. The Combined Synopsis/Solicitation is issued as a Request for Quotation (RFQ). This acquisition will result in a FIRM FIXED PRICE Blanket Purchase Agreement (BPA) ending on 12/31/2019. This BPA will have a ceiling of $200,000.00. The Government reserves the right to enter into single or multiple BPA's from this notice. 4. Scope of Work (SOW) Unless stated otherwise by the Government, the scope of work for the Blanket Purchase Agreement (BPA) of procuring POL products is as follow: a. All purchased POL products shall have at least 80% of shelf-life remaining at the point of delivery to the Government. If the shelf-life requirement cannot be met, concurrence shall be sought from the Government. b. The Vendor(s) shall supply the POL products listed in the Appendix 1 of this SOW. Peace Vanguard (PV) detachment follows the Air Force Logistics Order (AFLO) 601.05.001 and RSAF - L-47-00-60 technical manual for the management of Petroleum, Oils and Lubricants (POL). Part number and unit of measure (UOM) are specific to this request for quote per Appendix 1. Mixing of POL products of different specifications are not allowed. Therefore the specific part number and UOM is required. Alternate part numbers can only be approved by Peace Vanguard c. Delivery lead time for the POL products shall not be more than seven (7) days from the issue of BPA Call. For emergency / urgent requests, the Vendor(s) shall work with the Government to deliver the required item at the shortest possible time through the most expeditious mode. The Government will consider prices for shipping from major delivery carriers such as DHL, USPS, FED-EX and UPS or other major carrier as fair and reasonable and allow costs associated with the shipping of items for emergencies or urgent shipping needs if the Vendor does not have their own delivery service or where distance would not make their own delivery service impractical. The Government does not require or recommend the use of these carriers, they are just listed as a reference. Pricing shall dictate which carrier is used at the time of the call. d. This requirement is a "Brand Name or Equal" therefore the Vendor(s) shall provide the POL products in accordance to the part no and/or manufacturer stated in Appendix 1 of this SOW. e. POL products will be ordered on an "as-needed basis" by the Government with the intent of consolidating orders and submitting monthly. f. All delivered POL products shall conform to the following: 1. A copy of the Material Safety Data Sheet (MSDS) and Certificate of Conformance (CoC) and/or equivalent documentations. 2. POL labeled with information: i. Nato Stock Number (NSN) and/or Part Number ii. Product Nomenclature iii. Date Of Manufacture (DOM) iv. Expiration date g. In corrosion-free packaging in accordance to IATA or national transportation standards. h. Vendor must report to the government (7) days in advance from the time the BPA call is received if there are back order limitations. Response must include a delivery date for the back order items. If the back order exceeds (30) day's government must be notified immediately. i. Any items listed in the appendix that are not available but has an available alternate the vendor must submit the alternative part number and NSN for approval before shipping. 5. This acquisition is Unrestricted. 6. Quotes will be submitted on the attachment labeled Appendix 1. 7. The Combined Synopsis/Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. Effective 06 Nov, 2017. 8. We are going to incorporate the vendor's entire catalog into BPA. 9. On the anniversary of each year of the agreement the Vendor will be given the opportunity to provide an updated price list to account for current market conditions. 10. Other Requirements The delivery driver shall be in some type of uniform or other distinctive attire referencing the name of the Vendor. All vehicles entering the facility are subject to search and proper licensing, insurance and registration. Vehicles shall have adequate insignia stating the name of the company on each side of the vehicle identifying it as a vehicle owned/operated by the vendor. It is the responsibility of the Vendor to comply with all environmental regulations pertaining to the transportation of the trailer. Quotes are due via email to the Contracting Officer: thomas.w.mckendry.mil@mail.mil and vasile.insuratelu.mil@mail.mil with Petroleum, Oil and Lube (POL) in the SUBJECT line by 1500 MST 22JAN18. NO EXCEPTIONS. Duns Number and Cage code are required with quote submission. Question Submission: Interested offerors may submit any questions concerning the solicitation prior to 1500 MST 08JAN18. Questions must be submitted by email to thomas.w.mckendry.mil@mail.mil and vasile.insuratelu.mil@mail.mil with Petroleum, Oil and Lube (POL) in subject line. Questions not received within the time or format specified will not be considered. No telephonic requests will be entertained. All responses to questions will be correlated and sent to all interested parties. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. 11. Point of Contact for this Request for Quote is SFC Vasile Insuratelu, vasile.insuratelu.mil@mail.mil, (602) 629-4403 or MSG Thomas Mckendry, thomas.w.mckendry.mil@mail.mil, (602) 267-2704. CONTRACT PROVISIONS AND CLAUSES FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2017) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 4704 and 10 U.S.C. 2402). FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246). (In accordance with DPAP Memo dated 01 September 2017, DAR Tracking Number 2017-O0008, Class Deviation-Office of Federal Contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts, this clause is replaced with DFARS Deviation(s) dated Sept 2017, listed below when applicable. Effective until incorporated into the FAR or DFARS or until rescinded.) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). (In accordance with DPAP Memo dated 01 September 2017, DAR Tracking Number 2017-O0008, Class Deviation-Office of Federal Contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts, this clause is replaced with DFARS Deviation(s) dated Sept 2017, listed below when applicable. Effective until incorporated into the FAR or DFARS or until rescinded.) FAR 52.222-36, Equal Opportunity For Workers with Disabilities (Jul 2014)(29 U.S.C. 793). (In accordance with DPAP Memo dated 01 September 2017, DAR Tracking Number 2017-O0008, Class Deviation-Office of Federal Contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts, this clause is replaced with DFARS Deviation(s) dated Sept 2017, listed below when applicable. Effective until incorporated into the FAR or DFARS or until rescinded.) FAR 52.222-37, Employment Reports on Veterans (Feb 2016)(38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor relations Act (Dec 2010) E.O. 13496). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513). FAR 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). FAR 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ADDENDUM TO CLAUSE 52.212-4 FAR 52.203-3 GRATUITIES (APR 1984) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) FAR 52.211-6 BRAND NAME OR EQUAL For items identified in the solicitation as "brand name or equal", this solicitation provision requires that the offeror's proposal indicate each product that is being offered as an "equal" product. In addition, for each equal product, the proposal must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of "equal" products specified in the solicitation (example: oil viscosity up to standards, meeting all the standards as per Air Force Logistics Order (AFLO) 601.05.001 and RSAF - L-47-00-60 technical manual for the management of Petroleum, Oils and Lubricants (POL). The proposal must also clearly identify the item by brand name (if any), and make/model number. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017) THE FOLLOWING IS FILL-IN DATA FOR CLAUSE 52.212-5 PARA (b)(12): FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZone SMALL BUSINESS CONCERNS (JAN 2011) THE FOLLOWING IS FILL-IN DATA FOR CLAUSE 52.212-5 PARA (b)(22): FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2017) ADDENDUM TO PROVISION 52.212-1 FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY REEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) FAR 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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. The following factors shall be used to evaluate offers: 1. The following factors shall be used to evaluate offers: The Vendor who's quote is the Lowest Price and Lowest Price Alone with no derogatory past performance. The Vendor will have to be able provide all the items from Appendix 1 but we will evaluate all the vendors just for the 10 highlighted items from Appendix 1a. New equipment only; no remanufactured or "gray market" or refurbished items. All items must be covered by the manufacturer's warranty. Quotes SHALL be good for 30 calendar days after close of Combined Synopsis/Solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.) which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The delivery location is: Peace Vanguard Silver Bell Army Heliport Bld L4650, Marana, AZ 85653 Before delivery, the Vendor(s) shall contact the Government's Point of Contact to confirm delivery dates and times. Government POC information will be provided at issuance of Blanket Purchase Agreement. All evaluation factors other than cost or price, when combined, are : (a) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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. FAR 52.225-18 PLACE OF MANUFACTURE (MAR 2015) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (JUN 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.201-7000 Contracting Officers Representative Dec 1991
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-18-R-0002/listing.html)
 
Place of Performance
Address: Peace Vanguard, Silver Bell Army Heliport, Bld L4650, Marana, Arizona, 85653, United States
Zip Code: 85653
 
Record
SN04774511-W 20171223/171221231843-6657bfb9fe75c6226408aa80c98a936c (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.