SOLICITATION NOTICE
91 -- Lubricating Oil
- Notice Date
- 3/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 324191
— Petroleum Lubricating Oil and Grease Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N68836-07-R-0025
- Response Due
- 3/30/2007
- Archive Date
- 12/31/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-07-R-0025 applies and is as a Request for Proposal. This procurement is unrestricted and all responsible business concerns may submit an offer. This announcement constitutes the request for the required material under RFP N68836-07-R-0025. The North American Industry Classification System (NAICS) Code is 324191; and the Small Business Size Standard is 500 employees. This acquisition will be accomplished under the authority of the test program for commercial items ?Section 4202 of the Clinger-Cohen Act of 1996?, as implemented by FAR 13.5. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001 Lubricating Oil ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001AA Lubricating Oil 5,500 GL ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001AB Florida Water Quality Tax 1 EA SHIPMENT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0002 Lubricating Oil ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0002AA Lubricating Oil 5,500 GL ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0002AB Florida Water Quality Tax 1 EA SHIPMENT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0003 Lubricating Oil ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0003AA Lubricating Oil 5,500 GL ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0003AB Florida Water Quality Tax 1 EA SHIPMENT The Lubricating Oil is being purchased for the Public Works Department Naval Station Guantanamo Bay, Cuba and delivered to Naval Station Guantanamo Bay, Cuba, Transportation Department, Blount Island Marine Terminal, 8998 Blount Island Blvd., Jacksonville, FL 32226. Shipping method shall consist of one flexibag (for each delivery) within a wooden bulkhead positions frame across and within a shipping container. Contractor will be responsible for preparation of the shipping container. Container must have four locking bars and be of appropriate condition for overland and barge shipping. At no time shall the net weight of product exceed 48,000 pounds. Contractor will be responsible for obtaining/coordinating custody of appropriate shipping container via interchange or other transportation agreement. FOB Destination. Delivery dates are as follows: April 6, 2007, May 4, 2007 and June 1, 2007. SPECIFICATIONS: A SAE 40, heavy duty additive type engine lubricant conforming to the following: PROPERTY ASTM TEST DESIGNATION NEW, UNUSED OIL LIMITS Viscosity: D88 or D445 Saybolt Universal Second at 210? F (98.9?) 2-85 (13.5 ? 16.8 cSt) Viscosity Index D567 60-100 Flash Point D92 420? F Min. (216? C) Fire Point D92 475? F Min. (246? C) Pour Point D97 40? F Max. (4.5? C) Zinc Content (?) 10 ppm Max. Total Base Number (??) D-664 5-10 D-2896 7-13 CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-6 Data Universal Numbering System (DUNS) Number OCT 2003 52.204-7 Central Contractor Registration JUL 2006 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-3 Offeror Representations and Certification--Commercial Items NOV 2006 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.247-34 F.O.B. Destination NOV 1991 252.204-7000 Disclosure Of Information DEC 1991 252.204-7006 Billing Instructions OCT 2005 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items JAN 2007 252.225-7000 Buy American Act--Balance Of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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: (i) price; (ii) past performance (see FAR 15.304) (descending order of importance.) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2006), within 52.212-5, the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-9, Small Business Subcontracting Plan (SEP 2006) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (APR 2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.225-1, Buy American Act--Supplies (JUNE 2003) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) within 252.212-7001, the following clauses apply: 52.203-3, Gratuities (APR 1984) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) LOCAL CLAUSES: SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP): All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html. Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. HAZARDOUS MATERIAL SAFETY DATA SHEET (MSDS) (a) The Contractor shall submit one copy of the Material Safety Data Sheets (MSDS) required by FAR clause 52.223-3 incorporated herein to the address shown below: Navy Environmental Health Center Attn: HMIS Code 3416 2510 Walmer Avenue Norfolk, VA 23513-2617 Telephone: (804) 444-4657 (b) The Contractor shall also send one copy of the MSDS to the ship-to addressee(s) designated in this order (see block 14 of DD Form 1155). (c) In addition, the Contractor shall label all Hazardous Material in accordance with the latest version of FED-STD-313, entitled "Material Safety Data, Transportation Data and Disposal Data for Hazardous Materials Furnished to Government Activities" and 29 CFR Section 11910.1200. SHIPPING INSTRUCTIONS FOR ALL CARGO BOUND FOR NAVSTA GUANTANAMO BAY, CUBA: 1. Deliver to: GTMO Expediter c/o TransAtlantic LLC Blount Island Marine Terminal 8998 Blount Island Blvd Jacksonville, FL 32226 M/F: Candace L Keller (GTMO Expediter) Ph: (904) 751-8886 Fax: 751-8887 2. Hours of operation: Monday thru Friday 8:00 am to 4:30 pm. 3. For delivery arrangements/directions call: Julian Sierra (TransAtlantic) at 1-866-845-3810. 4. Mark all cargo: FFT: Public Works Dept. U.S. Naval Station Guantanamo Bay, Cuba TCN: N6883607CXXXXXXXX POC: Tom Davis PH: 011-5399- 4416 INVOICING INSTRUCTIONS: Contractor may invoice on a monthly, quarterly or semi-annual basis. Invoices shall show period billed and the prorated amount for the period. The Government will authorize payment at the end of the month, quarter or semi-annual period being billed. No payment will be made in advance of the ending of a period being billed. NBZ038 SUPPLY CLAUSES: The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 ?Delivery Order Number? of Form DD 1155 or Block 2 ?Contract Number of SF 1449). INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. (End of Clause) NBZ039 Wide Area Work Flow (WAWF) Supply: INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding Fleet and Industrial Supply Center Jacksonville is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N68836 Admin DODAAC: N68836 Acceptor DODAAC: N60514 LPO DODAAC: N68836 Pay DODAAC: N60957 The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES: Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. NBZ011 HAZARDOUS MATERIAL SAFETY DATA SHEET (MSDS) (a) The Contractor shall submit one copy of the Material Safety Data Sheets (MSDS) required by FAR clause 52.223-3 incorporated herein to the address shown below: Navy Environmental Health Center Attn: HMIS Code 3416 2510 Walmer Avenue Norfolk, VA 23513-2617 Telephone: (804) 444-4657 (b) The Contractor shall also send one copy of the MSDS to the ship-to addressee(s) designated in this order (see block 14 of DD Form 1155). (c) In addition, the Contractor shall label all Hazardous Material in accordance with the latest version of FED-STD-313, entitled "Material Safety Data, Transportation Data and Disposal Data for HazardousMaterials Furnished to Government Activities" and 29 CFR Section 11910.1200. (End of Clause) HAZARDOUS MATERIALS (JAN 1999) (NAVSUP) (a) Hazardous materials as used in this clause means any material defined as hazardous within the applicable modal regulations governing packaging, handling storage and transportation (including revisions adopted during the term of this contract). Such definitions include the following: Class/Division Definition 1 Explosives 2.1 Flammable Gas 2.2 Non-Flammable, Non-poisonous Compressed Gas 2.3 Gas Poisonous by Inhalation 3 Flammable liquid (flash point not more than 141 degrees F) 4.1 Flammable Solid 4.2 Spontaneously Combustible Material 4.3 Dangerous When Wet Material 5.1 Oxidizer 5.2 Organic Peroxides 6.1 Poisonous Material 6.2 Infectious Substance 7 Radioactive Material 8 Corrosive Material 9 Miscellaneous Hazardous Material None Otherwise Regulated Material (ORM-D) (b) Preservation, packaging and packing of hazardous materials shipped hereunder shall be in accordance with the requirements of Department of Transportation Code of Federal Regulation, Title 49, Part 100 -199, as applicable. In the event of any discrepancy between the contract and Title 49, Title 49 shall govern, unless another modal regulation is applicable (See paragraphs (e), (f) and (g) below. (c) Marking and labeling shall be in accordance with MIL-STD-129 and Title 49, as applicable. In the event of any contradiction between the two documents, Title 49 shall govern. (d) Transportation shall be in accordance with Title 4.9; however, hazardous material shipped via the U.S. Postal Service shall be shipped in accordance U.S. Postal Service Publication. (e) Hazardous materials intended for shipment via water transportation shall be packaged, packed, marked and labeled in accordance with the International Maritime Organization International Maritime Dangerous Goods (IMDG) Code. (f) Hazardous materials intended for shipment, via commercial air, shall be packaged, packed, marked, labeled, and certified in accordance with the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods By Air or the International Air Transport Association (lATA) Dangerous Goods Regulations. (g) Hazardous materials intended for shipment, via military aircraft, shall be packaged, packed, marked, labeled, and certified in accordance with joint manual AFJMAN 24- 204/NAVSUPPUB 505/TM 38-250/MCO P4030.19G/DLA14145.3 (Preparing Hazardous Materials For Military Air Shipments). (h) If the hazardous material required to be shipped under this contract is a non-regulated limited quantity as defined by applicable modal regulations, it shall be packaged to meet the requirements of Level A packaging listed in MIL-STD-2073. (i) In addition to the above, packaging (container and containment components) designs shall pass all applicable packaging performance tests in accordance with Title 49, the ICAO/IATA and IMDG, as applicable. Compressed gases are excluded from these tests. Each packaging of acceptable design shall bear certification markings outlined in Title 49. All certificates and test reports indicating test compliance shall be available for inspection by authorized government representatives. (j) A test report and special packaging instruction shall be submitted in accordance with DD Form 1423, Contract Data Requirements List, referencing Data Item Descriptions (DIDs) ~I- PACK-81 059 (Performance Oriented Packaging Test Report) and DI-PACK-80121 (Special Packaging Instruction). When these DIDs are referenced, only packaging materials controlled by Military or Federal Specifications may be used, unless superseded by commercial standards, which have been adopted for government use. (k) A Material Safety Data Sheet, prepared in accordance with FED-S~D-313, and a copy of the Hazard Warning Labels shall be forwarded to the applicable contracting activity. (End of Clause) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer TD number 6) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items and 252.212-7000 Offeror Representations and Certifications?Commercial Items (JAN 07) with their offer. Contractors shall provide descriptive literature, which demonstrates This solicitation will be evaluated on the (1) PRICE and (2) PAST PERFORMANCE. The Government intends to make a single award to the responsible offeror that meets all the requirement in the solicitation, past performance and lowest overall price. The Government will verify past performance information by means of a past performance survey. Contact the contracting officer to obtain a copy of the past performance data sheet and survey. Contact the contracting officer to obtain a copy of the survey. This survey should be sent to the contracting offices of each of the contracts you are using for your past performance information. Please ask them to have someone familiar with the contract (i.e. COR, Contract Administrator) complete the survey and submit it to Fleet and Industrial Supply Center (FISC) Jacksonville directly. Evaluation of past performance is separate and distinct from the Contracting Officer?s responsibility determination. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the RFP and as a measure of performance risk for this contract award. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Proposals must be received no later than 10:00 A.M, 30 March 2007. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet and Industrial Supply Center Jacksonville, attn: Tisa Clark, 110 Yorktown Ave, bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 542-1098, Telephone: (904)542-1248, Email: tisa.clark@navy.mil.
- Place of Performance
- Address: Naval Station Guantanamo Bay, Blount Island Marine Terminal, 8998 Blount Island Blvd., Jacksonville, Florida
- Zip Code: 32226
- Country: UNITED STATES
- Zip Code: 32226
- Record
- SN01258305-W 20070325/070323223000 (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 |