SOLICITATION NOTICE
91 -- Drip Oil for Well Pumps, San Carlos Irrigation Project, Coolidge, AZ
- Notice Date
- 4/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - San Carlos Irrigation Project San Carlos Irrigation Project13805 North Arizona Boulevard Coolidge AZ 85128
- ZIP Code
- 85128
- Solicitation Number
- A12PS00744
- Response Due
- 4/16/2012
- Archive Date
- 4/2/2013
- Point of Contact
- Gary A. Haynes Contract Specialist 5207236218 gary.haynes@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Drip Oil for Well Pumps, San Carlos Irrigation Project, Coolidge, AZ This is a COMBINED SYNOPSIS/SOLICIATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Background: The San Carlos Irrigation Project (SCIP) located in Coolidge, Arizona. The project consists of over 500 miles of canals, laterals, and sub-laterals. In addition to the store water delivery from Coolidge Dam, there are approximately 98 deep well pumps contributing to serving 100,000 acres of agricultural farm land. The wells require constant lubrication to provide anti-wear protection, prevent rust and corrosion, and provide conditioning to major seals and well fixtures located above and below surface elevations. The project is no longer allowed to store the product in existing storage tank facilities, located within the SCIP yard, due to environmental compliance requirements recently enforced by project staff. 1) The project is requesting the ability to purchase drip oil directly from nearby suppliers on an as needed basis. Purchases may occur daily, weekly, or monthly depending on the demand and well usage factors. The supplier shall provide access to Bulk Max Pro Drip Oil 46, preferred to be pumped into drip oil storage tank located behind vehicle cab. 2) Solicitation number assigned is A12PS00744 and is issued as a request for quotations. 3) The solicitation document, the Federal Acquisition Regulation (FAR) provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-56. 4) This acquisition is a 100% Small Business Set-Aside under NAICS Code 424710 and the size standard is 100 employees. 5) CONTRACT LINE ITEMS (CLINS) are as follows:CLIN 0001, Mac Pro Drip Oil 46 (NTE 4,000 Gallons over a one year period) (Must meet lubrication specifications for deep well pumps). Quotes must be submitted on a per gallon basis and must breakdown prices for review/evaluation to include all the applicable taxes and/or associated fees. Prices must be quoted based upon SCIP picking up the oil on an "as needed" basis. The contractor must have the ability to dispense the oil into container(s) provided by SCIP. The government has not established a minimum order quantity however the maximum order under the contract will be 4,000 gallons. Only one contract will be awarded under this synopsis/solicitation. Contractors must review and comply with the FAR Provisions and/or Clauses that apply to this acquisition (full text of clauses/provisions can be found at: https://www.acquisition.gov/far/ and http://www.doi.gov/pam/pamareg.html). FAR 52.212.-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS will apply; FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS will apply. 1) Lowest Price, Technically Acceptable is the method used to evaluate the successful contractor (materially unbalanced line items will be evaluated for contract risk); 2) The successful contractor will have a pre-award survey performed to determine if they are currently identified in the excluded parties list for doing business with the government. The government intends to award a contract without discussions with the potential contractors. Contractors are encouraged to complete the on-line representations and certifications application (ORCA) at the bpn website (https://orca.bpn.gov/) the preferred method for completing this process or refer to FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS for the reps/certs which must be submitted with the contractor's quote. The manual representations and certifications under FAR 52.212-3 can be found at https://www.acquisition.gov/far/current/html/52_212_213.html. Failure to complete the ORCA application or submit hard copy representations and certifications (whichever the contractor prefers) will cause the contractor's quote to be rejected. If the contractor completes the ORCA on-line application no submission of hard copy representations and certifications are required with the quote. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS applies to this acquisition; under 52.212-5, the following applies to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.219-6, Notice of Total small business Set-Aside52.219-14, Limitations on Subcontracting52.222-3, Convict Labor52.222-19, Child Labor-Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-22, Previous Contracts and Compliance Reports52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.222-50, Combating Trafficking in Persons52.223-18, Contractor Policy to Ban Text Messaging While Driving52.225-01, Buy American Act52.225-13, Restriction on Certain Foreign Purchases52.232.33, Payment by Electronic Funds transfer-Central Contractor Registration The following additional clauses/provisions apply to this acquisition: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment1452.204-70, Release of Claims-Department of the Interior1452.226-70, Indian Preference1452.226-71, Indian Preference Program Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for a government contract - the link can be found at http://www.ccr.gov/ Quotations are due for this combined synopsis/solicitation on April 16 2012 at 1:30pm Arizona Local Time. Quotes must be signed, dated, and submitted on company letterhead including the company name, official point of contact name for the company, DUNS number, TIN Number, address, phone/fax number and email address. Reference the quotation # (A12PS00744) on your documentation. Email quotes will be accepted if received by the date/time indicated in this combined synopsis/solicitation. Quotes being delivered (if submitting by courier, USPS, UPS, DHL or FedEx) should be sent to San Carlos Irrigation Project, 13805 North Arizona Boulevard, Coolidge, AZ 85128, Attention: Gary A. Haynes, Contract Specialist. Facsimile or oral quotations will NOT be accepted. Point of Contact: Gary A. Haynes, Contract Specialist, Phone 520-723-6218, email is gary.haynes@bia.gov Place of Performance: ADDRESS: 13805 North Arizona Boulevard, Coolidge, AZPOSTAL CODE: 85128COUNTRY: United States of America
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00744/listing.html)
- Place of Performance
- Address: Coolidge, AZ
- Zip Code: 85128
- Zip Code: 85128
- Record
- SN02711513-W 20120404/120402234947-e2eba44211f16e5c97b016fd6d9c2f58 (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 |