Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
MODIFICATION

68 -- Propylene Glycol

Notice Date
3/27/2018
 
Notice Type
Modification/Amendment
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-18-R-0022
 
Archive Date
5/1/2018
 
Point of Contact
Karen Tindley-Smith, Phone: 3017446385
 
E-Mail Address
karen.tindley-smith@navy.mil
(karen.tindley-smith@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose for this amendment is to change this requirement to a combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The synopsis is being issued Full and Opem Competition. This announcement constitutes the only solicitation; proposals are being requested, but a written solicitation will not be issued. This solicitation, N00174-18-R-0022, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. The North American Classification System Code is 325119 and size standard is1,250 employees. Naval Surface Warfare Center Indian Head EOD Technology Division (NSWC IHEODTD) have a requirement for the delivery of Lyondell-Basell Propylene Glycol USP (PGUSP) grade product code 499204. The vendor must have the ability and quality consistency to annually deliver up to 160,000 lbs of Propylene Glycol USP (PGUSP) by any combination of 55 gallon drums, 275 gallon IBC Totes and/or tanker trucks as specified by NSWC IHEODTD in accordance with the statement of work. First Article for a quantity of 4 pounds. Base year with stepladder quantities ranging from 1- 160,000 lbs. There will be four (4) Option Year with stepladder quantities ranging from 1- 160,000 lbs. The subsequent option CLINS for each of the preceding items, if exercised in numerical order will begins with the effective date of the modification exercising the option. If all Options are exercised the total contract will be for five years Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4 Pound First Article First Article Propylene Glycol In Accordance with Statement of Work. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 Base Year Propylene Glycol In Accordance with Statement of Work. STEPLADDER PRICING STEPLADDER NAME ITEM NO FROM QUANTITY TO QUANTITY UNIT PRICE 0002 0002 1.00 32,000.00 32,001.00 64,000.00 64,001.00 96,000.00 96,001.00 128,000.00 128,001.00 160,000.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 Demurrage Cost 1 Lot $ $ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 OPTION Option 1 Propylene Glycol In Accordance with Statement of Work. STEPLADDER PRICING STEPLADDER NAME ITEM NO FROM QUANTITY TO QUANTITY UNIT PRICE 0004 0003 1.00 32,000.00 32,001.00 64,000.00 64,001.00 96,000.00 96,001.00 128,000.00 128,001.00 160,000.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 Demurrage Cost 1 Lot $ $ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 OPTION Option 2 Propylene Glycol In Accordance with Statement of Work. STEPLADDER PRICING STEPLADDER NAME ITEM NO FROM QUANTITY TO QUANTITY UNIT PRICE 0006 0004 1.00 32,000.00 32,001.00 64,000.00 64,001.00 96,000.00 96,001.00 128,000.00 128,001.00 160,000.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 Demurrage Cost 1 Lot $ $ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 OPTION Option 3 Propylene Glycol In Accordance with Statement of Work. STEPLADDER PRICING STEPLADDER NAME ITEM NO FROM QUANTITY TO QUANTITY UNIT PRICE 0008 0005 1.00 32,000.00 32,001.00 64,000.00 64,001.00 96,000.00 96,001.00 128,000.00 128,001.00 160,000.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 Demurrage Cost 1 Lot $ $ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 00 10 OPTION Option 4 Propylene Glycol In Accordance with Statement of Work. STEPLADDER PRICING STEPLADDER NAME ITEM NO FROM QUANTITY TO QUANTITY UNIT PRICE 0010 0006 1.00 32,000.00 32,001.00 64,000.00 64,001.00 96,000.00 96,001.00 128,000.00 128,001.00 160,000.00 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 Demurrage Cost 1 Lot $ $ The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be the lowest price technically acceptable offer. INSTRUCTIONS TO OFFERORS (LOW PRICE TECHNICALLY ACCEPTABLE) Offerors shall submit the following information with their offer. Failure to do so will render an offer ineligible for award. Electronic copies will be accepted. •1. Four (4) copies of the Technical Volume. •2. Four (4) copies of Past Performance Volume, including Past Performance Matrix, and Past Performance Questionnaires •3. Four (4) copies of the Price Volume, containing the completed and signed RFP package, with all representation certifications executed, and with prices provided for all quantities within each line item in Section B. NON-PRICE EVALUATION FACTOR 1: TECHNICAL CAPABILITY (Not to Exceed 20 pages) The Offeror shall describe, in detail, how it will meet the requirements of the Statement of Work (SOW) and specification DOD-P-82670 for Propylene Glycol USP (PGUSP). The Offeror shall also describe their ability to provide the required material in 55-Gallon Drums, 275-Gallon IBC Totes, or Tanker Truck as required. The Offeror shall describe how they will meet the first article, inspection and test requirements according to the SOW. General statements, that the Offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the solicitation's requirements in whole or in part, will not constitute compliance with the foregoing requirements concerning the content of the Technical proposal. Basis of Evaluation: In order to be considered acceptable a quotation must demonstrate an acceptable understanding of requirements and must demonstrate that technical considerations and capabilities meet or exceed minimum requirements. DO NOT PROVIDE PRICING INFORMATION IN THE TECHNICAL VOLUME. NON-PRICE EVALUATION FACTOR 2: PAST PERFORMANCE The Offeror shall provide up to three references listed on the past performance matrix (Attachment to Section J) for federal government contracts for supplies performed in the last three years from the date of issuance of the solicitation that are the same or similar to those required under this procurement. If the Offeror does not have any Federal Government contracts, then list state, local, or commercial contracts, in that order. Failure to submit any Contractor Past Performance Questionnaires shall be considered certification that the contractor has no record of relevant and meaningful past performance for the Government to evaluate. In that case, the Offeror shall affirmatively state that it possesses no relevant past performance and explain why it has no relevant past performance or cannot provide any Questionnaires. Failure to provide the required information or to provide an explanation may result in the removal of the Offeror from consideration for award. Relevant past performance is defined as experience that is of the same or similar scope (i.e, for the same or similar items), of the same or similar magnitude, and of the same or similar complexity to that which is described in the solicitation. The Past Performance Questionnaire includes questions on (1) customer satisfaction; (2) timeliness; (3) technical success; (4) program management; and (5) quality. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable or unacceptable nature of the past performance for each Offeror based on the information provided and review of other sources of past performance information available to the Government. Basis of Evaluation: This evaluation focuses on how well the Quoter performed on the relevant projects. The assessment of the Quoter's past performance will be used as a means of evaluating the Quoter's probability to successfully meet the requirements of the RFQ with regard to recentness and relevancy of the past performance, general trends and quality of performance, timely completion of work and adherence to schedules, quality of deliverables, commitment to customer satisfaction, and business integrity, cooperation, and responsiveness. An offeror will be considered acceptable for this factor if, based on the offerors' performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. FACTOR 3: PRICE This volume is the only volume that shall contain price information. There is no limitation on the number of pages or print size for the price proposal. All attachments to the Price Volume shall be clearly identified. The Price Volume shall include the completed RFP document, with Section B, pricing filled in. Proposed prices shall be provided for all quantities for all contract line items (CLINs), to include any warranty and delivery charges to destination in accordance with the solicitation term "FOB - Destination." Offerors responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2.) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3.) For a quote on a comparable commercial item, product literature must be included. ADDITIONAL INSTRUCTIONS The entire completed and signed solicitation shall be returned as part of the offer. Be sure to complete all representations and certifications in the solicitation. If using the System for Award Management (SAM), complete any representations and certifications for provisions in the solicitation that are not included in SAM. The Government intends to make awards based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those Offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this solicitation may result in a proposal being excluded from consideration for award. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the RFP will be the lowest technically acceptable offer. The offer must have an acceptable rating for each nonprice evaluation factor before being considered further. NON-PRICE EVALUATION FACTOR 1: TECHNICAL CAPABILITY The Government will evaluate this factor on an acceptable/unacceptable basis. In order for the technical proposal to be considered acceptable the Offeror must meet all the requirements of the SOW, provide all the information requested for technical capability, and meet all other terms and conditions in the solicitation. A proposal will be considered unacceptable if it does not clearly meet all the requirements of the SOW, if it does not provide all of the information requested for technical capability, or if it does not meet all other terms and conditions of the solicitation. Identified exceptions to the SOW and solicitation terms and conditions will also be evaluated for acceptability or unacceptability. NON-PRICE EVALUATION FACTOR 2: PAST PERFORMANCE Evaluation of past performance will primarily be based upon the information submitted by the Offeror through its Past Performance Questionnaires. There are two aspects to the past performance evaluation: (1) First, the Government will evaluate whether the Offeror's past performance is relevant or not relevant to the solicitation requirement; (2) Second, for those efforts considered relevant, the Government will then determine how well the Offeror performed on each effort. If the Offeror does not have a record of relevant past performance, information on past performance is not available, or no assessment of how well the Offeror performed can be done, then the Offeror shall be determined to have unknown past performance. Unknown past performance will be considered "Acceptable." The Government will evaluate the Offeror's relevant past performance information only during the last five years. Information will be gathered in the following areas: (1) customer satisfaction, (2) timeliness, (3) technical success, (4) program management, and (5) quality. The reference information must be current to facilitate the evaluation process. If the Offeror has no relevant past performance within the last three years or cannot provide a list of relevant contracts, then the Offeror must provide an explanation. The Government also reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS) ( http://www.ppirs.gov/ ), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The following definition is provided for the past performance rating: Acceptable : Based on the Offeror's recent and relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. Unacceptable : Based on the Offeror's recent and relevant performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. FACTOR 3: PRICE For offers that meet both non-price evaluation factors, award will be made to the Offeror with the lowest evaluated price. OTHER: Responsibility : Offerors must meet the standard for FAR 9.104. A determination of nonresponsibility for a small business concern shall be referred by the contracting officer to the Small Business Administration, which will decide whether to issue a Certificate of Competency. An Offeror that will be unable to comply with the limitations on subcontracting under FAR 52.219-14 may be considered nonresponsible. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. At the conclusion of evaluations, the Government will reach a consensus rank for an Offeror's Technical information, Past Performance, and Price. In accordance with FAR 15.101-2, Offerors will then be evaluated by comparing quotes having acceptable Technical and Past Performance ratings with lowest evaluated price. Offerors are advised that the Government seeks quotes that demonstrate acceptable technical compliance at the lowest price. Award will be made to the Offeror whose proposed quote represents the lowest price offer with acceptable technical and past performance proposals. A neutral past performance rating will not disqualify an Offeror. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. The additional clauses cited within clause 52.212-5 are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. The following clauses are hereby incorporated as addenda to clause 52.212-4: 52.204-19, 52.209-10, 52.209-11, 52.217-8, 52.219-6, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7006, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.225-7048, 252.232-7010, 252.247-7023, 252.232-7006, HQ G-2-0009, IHEODTD 6, IHEOTD 76, IHEODTD 86 and IHEODTD 114. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). Proposals shall be submitted by email to karen.tindley-smith@navy.mil. Proposals shall include a completed copy of FAR 52.212-3 Alt I with proposals unless the vendor is registered in System for Award Management (SAM) www.sam.gov/. If registered, please state this on your quotation and affirm your Representations and Certifications are up to date. All quotations must be received no later than 1500 Eastern Standard Time, 16 April 2018. Any questions concerning the RFQ shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to karen.tindley-smith@navy.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/browserfar http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. List of Attachments: Attachment (1) Statement of Work-5 pages, Attachment (2) Past Performance Matrix - 1 page and Attachment (3) Past Performance Questionnaire - 3 pages. Please email your request for the list of attachments to karen.tindley-smith@navy.mil The Naval Surface Warfare Center Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Indian Head, Maryland, intends to award a Firm Fixed Price (FFP) Contract for USP Grade Propylene Glycol. There will be a Base year and Four (4) Option Years. This requirement will be Full and Open Competition. The NAICS code is 335199. The Size Standard is 1,250 employees. The FSC code is 6810. The solicitation number for this requirement is N00174-18-R-0022. The method of Source Selection will be based on Lowest Price Technically Acceptable. Copy of this solicitation N00174-18-R-0022 will NOT be emailed, faxed, mailed or provided in person. This type of request WILL NOT BE ACKNOWLEDGED. This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov. NOTE: Offerors are ineligible for award unless registered in DOD's System for Award Management (SAM at http://www.sam.gov). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. To register for this solicitation, you must e-mail the following directly to Karen Tindley-Smith at karen.tindley-smith @navy.mil : Solicitation number N00174-18-R-0022 in the subject line of your e-mail; name of requestor; organization name, address, telephone number, fax number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-18-R-0022/listing.html)
 
Record
SN04868633-W 20180329/180327231852-e71f83460cb4f1b12265d0d27524dbde (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.