Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

91 -- 3,000 GALLONS MOBILGARD ADL 40 OIL - SOW

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
324191 — Petroleum Lubricating Oil and Grease Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-17-Q-0027
 
Archive Date
8/8/2017
 
Point of Contact
Amy L. Starks, Phone: 9015440786
 
E-Mail Address
amy.l.starks@usace.army.mil
(amy.l.starks@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW This is a combined synopsis/solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued. This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 324191 with small business with a size standard of 750 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit a price to include all charges on a company letterhead form to the contracting office. DESCRIPTION/ SPECIFICATIONS: CLIN 0001 3,000 gallons of MobilGard ADL 40W Oil CLIN 0002 Delivery PERIOD OF PERFORMANCE: *DELIVERY IN BULK, ON/ABOUT 26 JULY 2017. *DELIVERY IS TO BE MADE TO MV Mississippi located at 2915 Riverport Road, Memphis, TN 38109. Contractors shall submit quote on company letterhead to include pricing for the requested supply item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax Identification Number, DUNS number, Cage Code and quotes shall include detailed specifications sheets for all proposed items. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executing Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.207-4 Economic Purchase Quantity - Supplies FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-16 Variation in Quantity. First blank shall read: 15%; Second blank shall read: 15%. Third blank shall read: Quantities specified on CLIN 0001. FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items - (1) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance. Technical Acceptability; is defined as the capability to PROVIDE THE ITEMS as specified in this Solicitation and the attached Scope-of-Work (SOW), and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable Offerors Shall Submit the following with their quote package; Evidence of the Capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted. Offerors Shall Submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery on or before July 26, 2017. Satisfactory Past Performance; A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The Government's approach to evaluating past performance is to check data obtained from other sources available i.e. government database, past contract files, etc. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. FAR 52.212-3 Offeror Representation and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.225-18 Place of Manufacture FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-1 Contractor Inspection Requirements FAR 52.252-2 Clauses to Incorporate by Reference The following are applicable from 52.212-5: FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation 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 Equal Opportunity for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225.7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by MONDAY, JULY 24, 2017, at 10:00 a.m. (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-17-Q-0027 addressed to Amy Starks, Phone (901) 544-0786, Fax (901) 544-3710, email: Amy.L.Starks@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-17-Q-0027/listing.html)
 
Place of Performance
Address: 2915 RIVERPORT ROAD, MEMPHIS, Tennessee, 38109, United States
Zip Code: 38109
 
Record
SN04588157-W 20170722/170720235024-4ef1d8990feb122713242234b69bf4fa (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.