Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

91 -- Propane and Diesel Fuel - Solicitation Attachments

Notice Date
10/31/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454310 — Fuel Dealers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0209
 
Archive Date
11/27/2019
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Reps and Certs Attachment 1 - PWS 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-20-Q-0209 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190531. See http://acquisition.gov for the full text of all provisions and clauses incorporated by reference herein. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. This procurement is being issued as total small business set-aside under NAICS code 454310 and small business size standard of 100 employees. The contractor shall provide the following items on a firm fixed price basis in accordance with the Performance of Work Statement dated 18 April 2019 (ATTACHMENT #1) including the cost of shipping FOB Destination: ITEM: DF-1 DIESEL FUEL OIL (P8M026) QTY: 600 GL (EST) ITEM: LIQUID PROPANE (P8M027) QTY: 18,500GL (EST) The anticipated delivery shall be according to the Performance of Work Statement dated 18 April 2019. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13440, Stockbridge, NY 13409 and Newport, NY 13416 The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM Eastern Time, Tuesday 12 November 2019 Submit to: AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Tabitha.Haggart@us.af.mil (b)(11) Offerors are requested to submit their quote using Appendix A of the attached PWS (Attachment 1). By submission of its offer, the offeror acknowledges agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without interchanges with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i)technical capability of the item offered to meet the Government requirement; (ii) price All evaluation factors other than price, when combined, are of equal importance. Award will be made to the lowest priced, technically capable offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I. X- 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) X- 252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside (Deviation 2019-O0003) 52.219-28, Post Award Small Business Program Re-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 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7001, Hazard Warning Labels 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM: (937) 255-5235; EMAIL:steven.ewers@us.af.mil Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA875120Q0209/listing.html)
 
Record
SN05487187-W 20191102/191031230700-a192f72a448d8b715ca1f2ed193cb620 (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.