SOLICITATION NOTICE
91 -- EB POWER PLANT GREASE
- Notice Date
- 9/2/2020 10:10:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
- ZIP Code
- 84138
- Solicitation Number
- 140R4020Q0085
- Response Due
- 9/8/2020 12:00:00 AM
- Archive Date
- 09/23/2020
- Point of Contact
- Roach, Connor
- E-Mail Address
-
croach@usbr.gov
(croach@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION TEMPLATE (FAR 12.603) This requirement is being solicited as a full and open, unrestricted procurement and will be awarded on a best value basis in accordance with FAR part 13. The applicable NAICS is NAICS 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 Employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR part 13 and additional information included in this notice. The BOR intends to award a firm fixed price award for VSG Green Grease as represented in the specifications. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 140R4020Q0085 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This requirement is being solicited as a full and open, unrestricted procurement and will be awarded on a best value basis in accordance with FAR part 13. The applicable NAICS is NAICS 325199 All Other Basic Organic Chemical Manufacturing with an associated small business size standard of 1,250 Employees �Brand Name or Equal Procurement� all items must be new. Prototypes demonstration models, used or refurbished equipment will NOT be considered for award. All line items must meet or exceed specifications of items solicited as an Or Equal product. Quote Pricing Schedule This a brand name or equal requirement. If offering an equal product, the offer must clearly identify the brand name and model number, along with descriptive literature about how the proposed product meets the required salient characteristics. CLIN Description of supply Unit Qty Unit Price Freight/Delivery price Price 0010 Base- 10 Barrels VSG Grease EA 10 0020 Option Year 1- 10 Barrels VSG Grease EA 10 0030 Option Year 2- 10 Barrels VSG Grease EA 10 Total: Total price to include all applicable fees, taxes, and delivery. FOB Destination: Bureau of Reclamation 4696 HWY 51, E Third Ave (HC32 Box 312) Truth or Consequences, NM 87901. Vendor Information Offeror�s Business Information: Business Name: _______________________________ DUNS Number/Cage Code: ______________________ Tax ID Number: _______________________________ Business Size (select one): Large or Small Authorized Agent�s Signature/Date: _______________________________ The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term �quote� where the term �offer� appears in the provision. Statement of Work EB Power Plant Grease Elephant Butte Field Division 1.0 Introduction The Bureau of Reclamation, Elephant Butte Field Division has a need to update the Power Plant Grease. Located at 4696 HWY 51, E Third Ave (HC32 Box 312) Truth or Consequences, NM 87901. 2.0 Background Elephant Butte had to switch grease for the generators to a biodegradable grease. 3.0 Scope The contractor will provide ten 55 Gallon Drums of VSG Grease or equivalent per year. The grease shall be a canola oil-based, biodegradable grease to reduce the environmental impact. The grease shall meet the following minimum salient characteristics: � No acute toxicity in the Daphnia magna test � No toxicity in the 48-hour EPA Mysidopsis bahia (shrimp) test � No added lead, zinc, barium or chlorinated paraffin�s The grease will be shipped in five 55-gallon drums at a time to Elephant Butte Field Division. Elephant Butte will notify shipper two (2) weeks in advance when next shipment is to take place. Shipments of grease will be 10 barrels per year. This contract will have 2 optional years to order 10 barrels of grease per year in 55-gallon drums. 4.0 Submittals The following submittals will be provided to the designated Technical Representative and COR for approval within the designated schedule. To include all data sheets. Include shelf life of Grease and proper storage procedures. Submittal When Copies Date of first Delivery 15 days after award 1 Work Hours Delivery shall be performed Monday through Friday 6:30 AM to 4:00 PM excluding Federal Holidays. Any work outside the designated hours shall be arranged and approved prior to scheduling with the COR or Contracting Officer. CLAUSES � 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses � https://www.acquisition.gov/far/ (End of clause) � 52.212-4 CONTRACT TERMS AND CONDITIONS �COMMERCIAL ITEMS (OCT 2018) � 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) � 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) � 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) � 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) � 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) � 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) � 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) � 52.242-15 STOP-WORK ORDER (AUG 1989) � 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) � DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Proper Invoice The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist, Connor Roach at croach@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) 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 1 day of contract expiration. (End of clause) � 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (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 30 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 3 years and 6 months. (End of clause) � DOI-AAAP-0050 Contractor Performance Assessment Reporting System (Dec 2015) � 1452.201-70 Authorities and Delegations (Sep 2011) � WBR 1452.201-80 CONTRACTING OFFICER�S REPRESENTATIVE�S AUTHORITIES AND LIMITATIONS -- BUREAU OF RECLAMATION (MAY 2018) � 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Mar 2020) � 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). � 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). � 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). � 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C.644). � 52.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) (15 U.S.C. 644). � 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). � 52.219-14, Limitations on Subcontracting (Mar 2020) (DEVIATION 2019-O0003)(15 U.S.C.637(a)(14)). � 52.222-3, Convict Labor (June 2003) (E.O.11755). � 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). � 52.222-21, Prohibition of Segregated Facilities (Apr 2015). � 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). (ii) Alternate I (FEB 1999) of 52.222-26. � 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). (ii) Alternate I (JULY 2014) of 52.222-35 � 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) (29 U.S.C. 793). (ii) Alternate I (JULY 2014) of 52.222-36 � 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). � 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). � 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). � 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) � 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016)(E.O. 13693) � 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). � 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). � 52.223-20, Aerosols (JUN 2016)(E.O. 13693) � 52.223-21, Foams (JUN 2016)(E.O. 13693) � 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act As prescribed in 25.1101 (b)(1)(i) Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) � 2.225-3, Buy American-Free Trade Agreements-Israeli Trade Act As prescribed in 25.1101 (b)(1)(i) Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alt I � 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). � 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). � 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). � 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). � 52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016) � 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). � 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). � 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). � 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). � 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)) � 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. � 52.222-21, Prohibition of Segregated Facilities (APR 2015) � 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). � 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). � 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). � 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) � 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. � 52.222-41, Service Contract Labor Standards AUG 2018) (41 U.S.C. chapter 67). � 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). � 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). � 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). � 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). � 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). � 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). � 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. � 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). � 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flowdown required in accordance with paragraph (e) of FAR clause 52.226-6. � 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). F � 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) (Jul 2019) � 52.219-14 Limitations on Subcontracting (DEVIATION 2019-01) (Jul 2019) **END OF CLAUSES** PROVISIONS � 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) � 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (MAR 2020) � 52.204-7 SYSTEM FOR AWARD MANAGEMENT (Oct 2018) � 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) The Following Provision must be Completed by and Signed by the Submitting Entity with their quotation package. � 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) The Quoter shall not complete the representation in this provision if the Quoter has represented that it �does not provide covered telecommunications equipment or services as a part of its quoted products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Quoter Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Quoter shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Quoter represents that it � will, � will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Quoter has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Quoter shall provide the following information as part of the quote� (1) A description of all covered telecommunications equipment and services quoted (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). Signed: _____________________________________________ Date: ______________ � 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) � 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (Apr 1984) ADDENDUM TO 52.212-1 � WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation (May 2005) � 52.212-2 EVALUATION � COMMERCIAL ITEMS (OCT 2014) Evaluation Criteria � (a) The Government will award a Best Value contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The basis of award will be best value, using the following evaluation factors: � Factor 1 � Specifications- The proposed item shall include a description reflecting the characteristics and level of quality that will satisfy or exceed the salient physical, functional, or performance characteristics of �equal� product. � Factor 2 � Price- All proposed price will be reviewed for price reasonableness, timely delivery and any instances of unbalanced price, using price analysis techniques. Technical capability is more important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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. The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. (End of provision) � 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2020) � 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) **END PROVISIONS** Written, signed offers on a company letterhead with contact information are due no later than Tuesday, September 8th , 2020 at 5:00 PM MST by email to croach@usbr.gov. For information regarding this Request for Quotation, please contact Connor Roach, Contract Specialist at 801-524-3768
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7e6c23ff3a7a490cb6cf534ed8ba9796/view)
- Place of Performance
- Address: 4696 HWY 51, E Third Ave (HC32 Box , Truth or Consequences, NM 87901, USA
- Zip Code: 87901
- Country: USA
- Zip Code: 87901
- Record
- SN05785061-F 20200904/200902230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |