SOLICITATION NOTICE
91 -- Smoke Oil and Aircraft Engine Oil, Gunfighter Skies 2014 MHAFB - Package #1
- Notice Date
- 7/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- F3F0FM41822AF02
- Point of Contact
- Michael T. Kitchell, Phone: 2088283104, Colby A. Clifford, Phone: 2088282664
- E-Mail Address
-
michael.kitchell@us.af.mil, colby.clifford@mountainhome.af.mil
(michael.kitchell@us.af.mil, colby.clifford@mountainhome.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combo Smoke Oil_COMBO_F3F0FM418AF02 The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ, F3F0FM4182AF02. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 and through Department of Defense Acquisition Regulation Change Notice 20140701. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as Small Business Set-Aside. North American Industrial Classification Standard: 324110; Small Business Size Standard: 1,500 Employees. (v)(vi) The requirement is as follows: ITEM DESCRIPTION CLIN0001: Contractor will provide a not to exceed amount of 20 55 gallon smoke oil barrels, of either Texaco/Chevron Canopus 13 (P/N 273109) or Shell Aeroshell 13 (P/N 5070834), to support USAF Thunderbird aerial performers during the 2014 Mountain Home AFB Gunfighter Skies Open House event 19 Sep - 21 Sep 2014. The Government will pay for all used oil, and any unused oil will be collected by the Contractor and returned to their original place of business. Please include any fees associated, to include all costs for shipping and restocking fees in your quotation. Quantity: 20 Barrels CLIN0002 : Phillips X/C Aircraft Radial Engine Oil 25W60 or equal (Gallon) Quantity: 2 Gallons CLIN0003 : BP Aircraft Turbine Oil 2380 or equal (Quart) Quantity: 2 Quarts CLIN0004 : Aeroshell Aircraft Piston Oil 120W or equal (1.32 Gall/5 Liter Jug) Quantity: 8 Gallons CLIN0005 : Require any excess unopened smoke oil to be picked up for credit no later than 26 Sep 14. Include any fees associated, to include all costs for shipping and restocking fees in your quotation. Shipping will be from Mountain Home AFB, ID 83648 to Vendor. Quantity: Price per barrel CLIN0006 : OPTION for additional 6 55 gallon smoke oil barrels, of either Texaco/Chevron Canopus 13 (P/N 273109) or Shell Aeroshell 13 (P/N 5070834) Quantity: 6 Barrels CLIN0007 : OPTION for additional 1 Phillips X/C Aircraft Radial Engine Oil 25W60 or equal (Gallon) Quantity: 1 Gallon CLIN0008 : OPTION for additional 1 BP Aircraft Turbine Oil 2380 or equal (Quart) Quantity: 1 Quart CLIN0009 : OPTION for additional 4 Aeroshell Aircraft Piston Oil 120W or equal (5 Liter Jug) Quantity: 4 Gallons *Note 1: Any "or equal" item shall meet the specifications listed above. *Note 2: The Government will evaluate "or equal" submittals prior to award. (vii) Delivery : Items shall be delivered to Mr. Chad Goodwin, Phone: 208-828-6160, 575 Thunderbolt Ave. (Hangar 208) Mountain Home AFB, ID 83648, no later than 18 September 2014. (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. Award shall be made in the aggregate, all or none. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide supporting documentation for an "or equal" quote for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Item s, applies to this acquisition. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price and meets the requirement, which shall represent best value to the Government. Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Price (all line items shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the SAM website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; 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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1 Bu American Act - Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsman (see below POC). **Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: tonney.kawuh@langley.af.mil.** (xiii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xv) SOLICITATION RESPONSES must be received no later than 4:00 pm Mountain Time 21 July 2014 at 366 TH Contracting Squadron/LGCA1, Suite 498, Bldg. 512, Mountain Home AFB, ID 83648. Mail or e-mail response to michael.kitchell@us.af.mil. An official authorized to bind your company shall sign the offer. (xvi) Point of Contact: Michael Kitchell, Contract Specialist, Ph: 208-828-3104; e-mail: michael.kitchell@us.af.mil Colby Clifford, Contracting Officer, Ph: 208-828-2664, e-mail: colby.clifford@us.af.mil PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F0FM41822AF02/listing.html)
- Place of Performance
- Address: Thunder Bolt Ave., Mountain Home AFB, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN03421935-W 20140713/140712021823-90f643d740fe87364ef061e2c9f01246 (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 |