Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

68 -- Deicing Fluid - Terms & Conditions

Notice Date
12/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-12-T-0003
 
Archive Date
1/4/2012
 
Point of Contact
Benjamin B. Yeutson, Phone: 3096335707, Melissa J Grice, Phone: 309-633-5204
 
E-Mail Address
benjamin.yeutson@ang.af.mil, melissa.grice@ang.af.mil
(benjamin.yeutson@ang.af.mil, melissa.grice@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Terms and Conditions (I)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 written solicitation will be issued upon written request. (II) This solicitation is issued under Request for Quotation (RFQ) number W91SMC-12-T-0003 for implementation of a Blanket Purchase Agreement (BPA) as defined in FAR Part 13.303-1(a). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 05-54 dated 02 November 2011. (IV)This acquisition is unrestricted. The North American Industry Classification system code (NAICS) 488190 size standard of $7.0Million. (V) The purpose of this combined synopsis is for the purchase of Deicing Fluid for performance at the 182 Airlift Wing, Peoria, IL. (VI) Description of the requirements for the items to be acquired: CLIN 0001 - De-icing fluid - SAE AMS 1424 Propylene Glycol-Based Type I Fluid UCAR PG, upon request by an authorized individual during the period of the contract. De-Ice Fluid must be 100 percent concentrate with a refractive index of 1.415 or greater at 68 degrees Farenheit. Delivery truck must have capability of pumping deicing fluid into top of an 8,000 gallon above ground bulk deice fluid storage tank. Delivery Method must be by tank truck or tank wagon capable of pumping deicing fluid into top of 8,000 gallon above ground bulk deice fluid storage tank. Delivery hours are between 0700 - 1530 Monday through Friday. Must be able to make delivery within a 72 hour notice.Unit of Issue: Gallons See Solicitation CLINS 0001 and Terms and Conditions for exact requirements (VII) The total duration of this Blanket Purchase Agreement shall not exceed five years. Place of Performance: 182 Airlift Wing, Peoria, IL. (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) FAR 52.212-2, Evaluation - Commercial Items. DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be lowest price technically acceptable to the Government. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The vendor submittal requirements are as follows: (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). (XI) 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 Alternate 1 Restrictions on Subcontractor Sales to the Government; 52.204-4 Printed or Copied- Double-sided on Post-Consumer Fiber Content Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.212-4 Contracts Terms and Conditions - Commercial Items; 52.219-6 Notice of Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program 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; 52.222-35 Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employment Rights Under the National Labor Relations Act; 52.222.50, Combating Trafficking of Persons; 52.222-54 Employment Eligibility Verification; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-18 Encouraging Contractor Policies to Ban Texting While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration;52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-62 Specific Quantities Unknown; 252.204-7004 Alternate A Central Contractor Registration Alternate A; 252.223-7001 Hazard Warning Labels; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7010 Levies on Contract Payments; (XIII)The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clauses and provisions are added in full text: 52.211-16 Variation in Quantity; 52.233-2, Service of Protest; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; 252.204-7007 Alt A Annual Representations and Certifications Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.247-7023 Alt 3 Transportation of Supplies by Sea (May 2002) Alternate III. (XIV) The DPAS is not applicable to this acquisition (XV) Sign and date your offer, then submit to the address listed in block 9 of the solicitation. All quotes shall reference the RFQ number and shall be submitted in writing by 12:00 P.M. central standard time on 20 December 2011. The anticipated award date is 21 December 2011. (XVI) For information regarding this solicitation contact TSgt Benjamin B. Yeutson at benjamin.yeutson@ang.af.mil or MSgt Melissa Grice at Melissa.grice@ang.af.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to http://www.fbo.gov. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted above no later than 10:00 A.M. central standard time on 13 December 2011. Terms of the solicitation and Terms and Conditions remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Point of Contact is TSgt Benjamin Yeutson (309) 633-5707 or MSgt Melissa Grice, (309) 633-5204.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-12-T-0003/listing.html)
 
Place of Performance
Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN02633482-W 20111207/111205234307-08e78a2156915028c96dfe5d62f60f62 (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.