Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

68 -- DELIVERY SERVICES FOR ARGON LIQUID GAS

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416T0043
 
Response Due
1/27/2017
 
Archive Date
2/27/2017
 
Point of Contact
Deborah Reid 562-626-7865 FAX 562-626-7274
 
E-Mail Address
Click here to contact the Contract Specialist
(deborah.reid@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-17-T-0043. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-93 and DPN2016122. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS Code is 325120 and the Small Business Size Standard is 1000 employees. This is an unrestricted, competitive action. The Government requests responses from qualified sources capable of providing the following: ITEM 0001 Argon Gas - See Attached Statement of Work for Requirements Quantity: 12 months (Base Year) ITEM 0002 Argon Gas - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 0003 Argon Gas - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 0004 Argon Gas - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 3) ITEM 0005 Argon Gas - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 4) PERIOD OF PERFORMANCE Base Period: 01 February 2017 to 31 January 2018 Option Year 1: 01 February 2018 to 31 January 2019 Option Year 2: 01 February 2019 to 31 January 2020 Option Year 3: 01 February 2020 to 31 January 2021 Option Year 4: 01 February 2021 to 31 January 2022 Service to be performed at Naval Weapons Station, Seal Beach, CA) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-28, Post-Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.245-1 ALT 1, Government Property; 52.245-9, Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.223-7008,Prohibition of Hexavalent Chromium; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 52.217-5 -- Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following FAR 52.212-2, Evaluation: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest overall price and other factors considered. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. To be considered, quotes must be received by 3:00 PM PST on 27 January 2017. Quotes can be sent to the Contract Specialist, Deborah Reid via email deborah.reid@navy.mil or fax 562-626-7275. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024416T0043/listing.html)
 
Record
SN04367805-W 20170112/170110234259-ef3499603e1c93069e2a5fe5061d4573 (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.