Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOLICITATION NOTICE

91 -- Unleaded Certification Test Fuel (96 RON)

Notice Date
5/8/2012
 
Notice Type
Presolicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
OAR NVFEL SACOUS Environmental Protection AgencyUSEPA Purchasing2565 Plymouth RoadMail Code PURCHAnn ArborMI48105USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-MI-12-00061
 
Response Due
5/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
Annette Niedermier
 
E-Mail Address
niedermier.annette@epa.gov
(niedermier.annette@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested and a written solicitation will not be issued; however, a formatted copy of the specifications of the fuel can be forwarded via e-mail by requesting a copy from niedermier.annette@epa.gov. Requests should contain the subject line: RFQ-MI-12-00061 Request for Test Fuel Specs. Solicitation number RFQ-MI-12-00061 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This procurement is being conducted with full and open competitive procedures under NAICS code 324110 with a size standard of 1,500 employees. Technical Qualifications: The vender will supply a test fuel meeting the specifications in Attachment B (EPA Test Fuel Specification, Unleaded Test Gasoline (96 RON)). All deliveries of the test fuel will be screened by a pre-delivery sample shipped to the project officer for acceptance testing. Delivery of the test fuel will not proceed until the project officer has performed the necessary tests to determine the fuels conformance to the specifications in Attachment B. The vender will deliver the batch of test fuel represented by the pre-delivery sample at a time specified by the project officer to Environmental Protection Agency, National Vehicle and Fuel Emissions Laboratory, 2565 Plymouth Road, Ann Arbor, MI 48105. Upon delivery, the fuel in the delivery tank will be inspected/tested before the fuel is accepted into EPA?s fuel tank. The project officer or their designated representative has the right to reject the delivery. Reports: The vender will provide a report with each delivery. The report shall address the technical specifications in Attachment B. Deliveries and Quantities: Delivery will be in bulk and dropped into tankage at EPA?s Ann Arbor facility, located at the National Vehicle and Fuel Emissions Laboratory, 2565 Plymouth Road, Ann Arbor, MI 48105. The delivery will be 7000 gallons. Attachment B, EPA Test Fuel Specification, Unleaded Test Gasoline (96 RON) is as follows: Elemental Composition: Carbon, D 3343, weight fraction, Report; Carbon density, Calculated where carbon density = 141.5(131.5 plus API Gravity), g/gal, 2401-2441; Lead, ASTM D 3237, g/gal, 0.01 Max; Oxygen, ASTM D 4815, weight %, 0.0 Max; Phosphorous, ASTM D 3231, g/gal, 0.005 Max; Sulfur, ASTM D 2622, weight %,.0035-.0045. Molecular composition: Aromatics, ASTM D 1319, volume %, 35 Max; Olefins, ASTM D 1319, volume %, 10 Max; Saturates, ASTM D 1319, volume %, Remainder. Physical Properties: API Gravity (60F/60F), ASTM D 4052, API degree, 58.7-61.2; Distillation, ASTM D 86; Initial Boiling Point, Fahrenheit, 75-95; 10% Evap. Point, Fahrenheit, 120-135; 50% Evap. Point, Fahrenheit, 200-230; 90% Evap Point, Fahrenheit, 300-325; End Point, Fahrenheit, 415 Max; % Evap at 160 Fahrenheit, volume %, Report. Motor Tests: Antiknock Index, (D 2700+D 2699)/2, Report; Motor octane number, ASTM D 2700, Report; Research octane number, ASTM D2699, 96.0 minimum; Sensitivity, D 2699-D 2700, 7.5 minimum; Net Heat of Combustion, ASTM D 3338, BTU/lb, Report; Vapor Pressure, ASTM D 5191, psi, 9.0-9.2. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the services offered to meet the Government's requirement and (2) price. Offers shall provide sufficient detail to demonstrate that the services offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote. This clause may be found on the Internet at the following site: http://acquisition.gov/comp/far/index.html. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219.28 Post Award Small Business Program Representation; 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 Affirmative Action for Workers with Disabilities; FAR52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registrat ion. Offerors shall submit 1 copy of their quotations no later than May 23, 2012 at 1630 EST to the Contract Specialist, Annette Niedermier, via e-mail: niedermier.annette@epa.gov. Questions or comments may be directed to the Contract Specialist, Annette Niedermier, at (734) 214-4217 or via e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-MI-12-00061/listing.html)
 
Record
SN02742226-W 20120510/120508235400-1bf0413cf18ae841e238897a0923d508 (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.