Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2011 FBO #3436
SOLICITATION NOTICE

91 -- JSOH OIL - JSOH OIL COMBO

Notice Date
4/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, CONS inactivated, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA2860-11-P-0075
 
Point of Contact
Kellen J. Curry, Phone: 202-404-7962
 
E-Mail Address
kellen.curry@afncr.af.mil
(kellen.curry@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JSOH OIL COMBO FY11JSOHOIL -Various amounts and types of oil 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; proposals are being requested and a written solicitation will not be issued. 2. Solicitation number FY11JSOHOIL is being issued as a Request for Quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. 4. This solicitation will be competed on a 100% Small Business Set-Aside basis; all responsible sources may submit a quote. The North American Industry Classification System (NAICS) code is 424710, and the business size standard is 100 employees. 5. The Government will award a firm fixed price contract for Oil for the 2011 Joint Service Open House (JSOH) and is procuring the following: CLIN Description Quantity Unit Unit Price Total Price 0001 Aeroshell W100 Plus (12 quarts per case) 25 Cases 0002 Aeroshell 15W/50 (12 quarts per case) 6 Cases 0003 Aeroshell 120 MINERAL Oil Straight (55 gal drums) 2 Drums 0004 Aeroshell W120/60 (55 gal drums) 3 Drums 0005 VITREA Oil 13 (55 gal drums) 38 Drums 0006 Aeroshell 100W/50 (12 quarts per case) 4 Cases 0007 Phillips XC 25W-60 (2 each 2.5 gal containers for a total of 5 gal per case) 40 Cases TOTAL PRICE $ 6. Complete contract line item descriptions are included in paragraph 5. 7. Date and Place of Delivery and Acceptance. CLINs 0001-0007 are to be delivered by 11 May 2011 to the following address: Please coordinate delivery with: James Bouy James.bouy.ctr@afncr.af.mil 301-981-5619 Deliver to: DynCorp Transient Alert Bldg 1794 (Hangar 2) Room# 4 1st Street Joint Base Andrews, MD 20762 8. The provisions at 52.212-1, Instructions to Offerors-Commercial Items; 52.252-1, Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil; 52.252-5 Authorized Deviations in Provisions: (b) DFARS (Chapter 2), and 252.225-7000 Buy American Act- Balance of Payments Programs Certificate; FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror on the basis of Lowest Price Technically Acceptable (LPTA). Offerors must provide all items outlined in CLINs 0001-0007 and be able to meet the delivery requirements outlined in section 7 to be considered technically acceptable. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation and represents the LPTA. The Government intends to make award to the responsive firm without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further consideration, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. 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. 9. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; 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 (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside; 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, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking In Persons; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor; 52.233-3, Protest After Award and 52.233-4, Applicable Law for Breach of Contract Claim. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments and 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR). The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations. The following local clauses apply to this acquisition: 11CONS-004, Environmental Compliance; 11CONS-007, Personnel Security Requirements; and 11CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMAN. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. 11. All quotes must be sent via electronic mail (email) to point of contact 2LT Kellen Curry at kellen.curry@afncr.af.mil. Quotes shall be submitted no later than 28 Apr 2011, 12:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA2860-11-P-0075/listing.html)
 
Place of Performance
Address: ***See Description***, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02428856-W 20110422/110420234805-fad7ce76ecdde033b1b9fd31d3cb5f7c (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.