Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

91 -- British Petroleum (BP) Running-In Compound - Statement Of Work

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-16-Q-0050
 
Archive Date
3/3/2016
 
Point of Contact
Raul R. Alcantara, Phone: 6195565664, Roderick Q. Rioveros, Phone: 6195562309
 
E-Mail Address
raul.r.alcantara1@navy.mil, roderick.rioveros@navy.mil
(raul.r.alcantara1@navy.mil, roderick.rioveros@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement Of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Request for Quotation (RFQ) N55236-16-Q-0050 is issued as a full and open competition. The applicable North American Industry Classification System (NAICS) code is 324191 "Petroleum lubricating oil and grease manufacturing." This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 (Effective on 01 Feb 2016). DESCRIPTION : The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No. (CLIN) 0001 is for British Petroleum (BP) Running-In Compound in support of the USS COMSTOCK (LSD-45), requirement. The required delivery date is 14 March 2016. Please provide a total firm fixed price quote to cover delivery and all material listed on the attached Work Statement. PACKAGING REQUIREMENTS : Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS : Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. Deliver to: Southwest Regional Maintenance Center (SWRMC), Engine Product Family Code 931 Bldg 3418, 3755 Brinser Street Suite 1, San Diego, CA 92136, ATTN To: Marcos E. Santos, (619) 556-2961. 52.212-2 Evaluation -- Commercial Items (Oct 2014): (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •(i) Technical capability of the item quoted to meet the Government requirement •(ii) Price Technical capability will be evaluated on a pass/fail basis. A quote that is considered technically unacceptable shall be ineligible for award. The lowest priced quote that is determined to be technically acceptable shall be selected for award. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor 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. (d) Vendors shall be determined responsible in accordance with FAR 9.104-1. The price quote, shall state the unit price and breakdown of total price and the item required; inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES : Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make a vendor ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Vendor(s) who have completed SAM should notify the Contract Specialist before solicitation's closing date and time so it can be downloaded by the Procuring Contracting Office. Please list the Cage/Duns Number on your quote. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-13 System for Award Management Maintenance (Jul 2013) 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-3 Offeror Representations and Certifications- Commercial Items (Nov 2015) 52.212-4 Contract Terms and Conditions Commercial Items (May 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-14 Limitations on Subcontracting (Nov 2011) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest after Award (Aug. 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.242-17 Government Delay of Work (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7000 Buy American - Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.247-7023 Alternate III Transportation of Supplies by Sea (Apr 2014) The following RMC clause applies to this acquisition and is incorporated by full text: RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY : The vendor(s) commercial warranty shall apply and shall be stated in the quote. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. All quote(s) (including item description, prices, and delivery date) together with the vendor(s)'s signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Raul Alcantara, Bldg. # 77, 3755 Brinser Street, San Diego, CA 92136-5025, or e-mailed to: raul.r.alcantara1@navy.mil Vendor(s) shall ensure offer(s), and signed amendment(s) reach their destination by 17 February 2016 at 11:00A.M., Local Time. Offers submitted via facsimile or through the Federal Business Opportunities Online (FBO) Web site will not be accepted. All quote(s) must be clearly marked with the RFQ No. N55236-16-Q-0050/British Petroleum (BP) Running-In Compound. No telephone calls of quotes will be accepted. Potential vendor(s) must monitor this website for changes to the combined synopsis/solicitation. Amendment(s) to the combined synopsis/solicitation (if any are issued) will be posted to the FBO website. Vendors are required to sign and submit all amendment(s) with offer before the closing date/time of 17 February 2016; 11:00 A.M., Pacific Standard Time (PST). SWRMC Primary POC: Raul Alcantara, email: raul.r.alcantara1@navy.mil, phone 619-556-5664.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-16-Q-0050/listing.html)
 
Place of Performance
Address: Southwest Regional Maintenance Center (SWRMC), Engine Product Family Code 931 Bldg 3418, 3755 Brinser Street Suite 1, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN04017773-W 20160213/160211234351-74ac9d4dec15498b9c28cd7944cd5ec7 (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  © 1994-2020, Loren Data Corp.