Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

68 -- Jet Engine Cleaning and Inspection Chemicals

Notice Date
11/20/2020 11:54:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325180 — Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
FA8132 AFSC PZIMC TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA813221Q0004A
 
Response Due
12/4/2020 12:00:00 PM
 
Archive Date
12/19/2020
 
Point of Contact
David W. Herrig, Phone: 4057395819, Fax: 4057341142, Michael Shand, Phone: 4057393311
 
E-Mail Address
david.herrig.1@us.af.mil, Michael.shand@us.af.mil
(david.herrig.1@us.af.mil, Michael.shand@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
������������������������������������������������������������Combined Synopsis/Solicitation ���������������������������������������������������������������������� (IAW FAR 12.603) ����������������������������������������������������������������������������������� For ������������������������������������������������Jet Engine Cleaning and Inspection Chemicals ������������������������������������������������ Oklahoma City Air Logistics Center (OC-ALC) ������������������������������������� ��������������������������������� Tinker AFB, OK. Solicitation # FA813221Q0004 Title: Engine Cleaning and Inspection Chemicals Procurement Type Description: This Requirement is Competitive This is a Combined Synopsis/Solicitation for commercial items prepared IAW the format in FAR Subpart 12.603, 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 solicitation is being issued as a request for quote (RFQ) IAW FAR Part 13.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-09, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20201001, and Air Force Acquisition Circular (AFAC) 2019-1001.� NAICS Code 325180; Size Standard is 1000.� The Air Force Sustainment Center�s Maintenance Contracting Branch (AFSC/PZIMC) at Tinker Air Force Base, Oklahoma, intends to award a minimum of two or a maximum of three Blanket Purchase Agreements (BPA) for the acquisition of the items listed on Attachment 1. Contractors desiring to be considered for award of a BPA, as defined at FAR 13.303, should review the price list and, providing their products comply with listed technical specifications, apply unit prices in the column marked �Unit Price per Drum�. Contractors should return the price list by the due date/time along with data sheets verifying the technical compliance of their products for each of the listed chemicals.� See the Addenda to FAR 52.212-1 and FAR 52.212-2 for further information. ��������������������������������������������������������������������SECTION 1 � SCHEDULE NEGOTIATION AUTHORITY:� The issuance of individual calls under this Blanket Purchase Agreement (BPA) will be made under the authority of 10 U.S.C. 2304(g) as implemented at FAR 13.303. DESCRIPTION OF AGREEMENT:� The supplier shall furnish supplies if and when requested by the contracting officer or authorized representative of the contracting officer. The supplier is required to provide Engine Cleaning and Inspection Chemicals, as listed in the BPA Price List (Attachment 1). Period of performance for Blanket Purchase Agreement (BPA) is 1 Dec 2020 through 30 Nov 2025. This agreement, including paragraphs (a) and (b) hereof, may be modified or may be canceled in its entirety by either party upon thirty (30) days written notice to the other party, except that this agreement may be canceled by the US Government at any time if the parties fail to agree upon any deletion, amendment or addition to this agreement which is required by statute, Executive Order, the FAR and/or this supplement.� No deletion, modification, addition to, or cancellation of this agreement shall affect any contract therefore entered into between the parties in which the agreement or portion thereof has been incorporated by reference.� CANCELLATION OF BPA:� The United States Government� reserves the unilateral right to cancel this BPA at any time with written notice to the supplier. This agreement shall be reviewed annually before the anniversary of its effective date, and revised to conform to all requirements of statutes, Executive Orders, or the FAR and this supplement.� This revision shall be evidenced by an agreement modifying this BPA or by issuance of a superseding BPA. EXTENT OF OBLIGATION:� The Government is only obligated to the extent of authorized calls actually placed against this BPA by authorized personnel and shall not be liable in any manner in the event no calls are placed. PRICING:� The prices charged the United States Government shall be as low as, or lower, than those charged the supplier�s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment.� The prices that are quoted on the supplier�s price list shall meet such pricing that is indicated within this section.� Only the contracting officer is authorized to approve additional items that may be purchased. The supplier�s price list may be updated regularly, in response to market conditions, but not more than once per 180-day period. Price lists must be submitted to the Contracting Officer for review and approval. PURCHASE LIMITATION:� The limitation for each individual purchase under this BPA is $25,000.00, except that a Contracting Officer may place calls up to the Simplified Acquisition Threshold (SAT) under this BPA. NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS:� A list of individuals authorized to purchase supplies/services under this BPA, identified by title of position, organizational component, name of individual and the purchase limitation shall be furnished to the contractor by the contracting officer using the format at Attachment 2. DELIVERY TICKETS:� All shipments under this agreement shall be accompanied by delivery tickets or sales slips which shall contain the following minimum information: Name of Supplier BPA Number Date of Purchase Call Number Itemized List of Supplies Furnished Quantity, Unit Price, and Extension of Each Item, Less Applicable Discounts Date of Delivery or Shipment Name of Individual Placing Calls INVOICES:� A summary invoice shall be submitted at the completion of each order, identifying the courses covered therein, stating their total dollar value and supported by a properly completed receiving report.� Invoices shall reflect the BPA Call Number that is issued by the authorized caller.� Invoices shall be submitted in Wide Area Workflow (WAWF), as directed in DFARS Clause 252.232-7006 Wide Area WorkFlow Payment Instructions. PAYMENT:� Pursuant to section 8, �INVOICES�, payment will be made on all calls placed by authorized personnel and completed (delivered and received) by the contractor during the billing period. Orders under $25,000.00 may be paid for using the Governmentwide Purchase Card (GPC) or via WAWF. CALLS:� Calls (purchases) will be made by written order.� RESPONSIBILITY:� Only the contracting officer(s) or designated representative(s) are authorized to make calls for the items authorized for purchase per the BPA agreement. AUTOMATIC CANCELLATION PROVISIONS:� When the contracting officer or designated representative has requested a course and it is found that the course is no longer required, a Seven Day Notice will relieve the US Government from incurring any costs and the order is automatically canceled without penalty. DELIVERY:� �������������� F3YCEB ����������� ���Door G90 �������������� Bldg 3001 Staff Dr �������������� Tinker AFB, OK 73145-7693 �������������� (405) 582-5485 INSPECTION AND ACCEPTANCE:� Inspection and acceptance will be at destination, unless otherwise provided.� Until delivery and acceptance, and after any rejections, the risk of loss will be on the contractor unless loss results from negligence of the United States Government. Please include the cost of shipping to Tinker AFB, 73145, in your individual prices.� A separate charge for shipping is not allowed. Quotes should be valid for 30 days.� QUOTE SUBMISSION INFORMATION: Quote is due to the Primary POC by�4 Dec�2020 at 2:00�PM Central Standard Time, (CST). Completion and submittal of Attachment 1, BPA Price List, and related TDS, constitutes a quote. Point of Contact: David W. Herrig david.herrig.1@us.af.mil Cell 334-300-3396 Offerors are required to return the portion of this CSS below with completed information and authorized signature. ������������������������������������������������������� SECTION 2 � OFFEROR INFORMATION Company Name: Address: CAGE Code & DUNS Number: The Government cannot enter into contracts or agreements with contractors who are not registered in SAM.� For registration information, visit the SAM website (https://www.sam.gov/ ) and follow the instructions in the Quick Start Guide For SAM Registration, which can be found under the Help Tab and User Guides submenu. Web Page URL: Point of Contact: POC Phone # and e-mail address ������������������������������������������������ SECTION 3 � CERTIFICATION OF RESPONSE ����������������������������������� ����������������������������������������������� ����������� ����������������������������������������������������������� NAME OF OFFEROR�S REPRESENTATIVE�������������������������������������� TITLE ����������������������������������� � ��������������������������������������������� ����������� ����������������������������������� SIGNATURE����������������������������������������������������������������������� DATE The Contractor is required to sign this document and return 1 copy, along with completed Price List (Attachment 1) and Technical Data Sheets to issuing office by Due Date/Time. � ������������������������������������������������������������� SECTION 4 TERMS AND CONDITIONS Payment terms will be Net 30.� You may offer payment discounts for early payment, but this will not be considered in quote evaluation. Invoices must be submitted in the Government�s Wide Area Workflow e-Business module (WAWF), which can be found in the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. Payment will be made after supplies are received and accepted by the Government and invoice is accepted in WAWF. Standard commercial warranties apply. Clauses/Provisions IAW FAR 12.300: 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 - Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal (Only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.���������������������������������������� 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-5�� Certification Regarding Responsibility Matters 52.232-40 Providing Accelerated Payments to Small Business subcontractors The following clauses within 52.212-5 are checked as applicable: 52.203-6��� Restrictions on Subcontractor Sales to the Government 52.203-13 �Contractor Code of Business Ethics and Conduct 52.204-10 �Reporting Executive Compensation and First-Tier Subcontract 52.209-6��� Protecting the Government's Interest When Subcontracting with Contractors ����� ������������������ Debarred, Suspended, or Proposed for Debarment 52.219-8��� Utilization of Small Business Concerns (15 U.S.C. 637(d) (2) and (3)). 52.219-14 �Limitations on Subcontracting���� 52.219-28 �Post Award Small Business Program Representation 52.222-3��� Convict Labor 52.222-19 �Child Labor�Cooperation with Authorities and 52.222-21 �Prohibition of Segregated Facilities 52.222-26 �Equal Opportunity 52.222-35 �Equal Opportunity for Veterans 52.222-36 �Equal Opportunity for Workers with Disabilities 52.222-37 �Employment Reports on 52.222-40 �Notification of Employee Rights under the National Labor Relations 52.222-50 �Combating Trafficking in Persons 52.223-18 �Encouraging Contractor Policies to Ban Text Messaging While 52.225-1��� Buy American--Supplies (41 U.S.C. chapter 83). 52.225-3��� Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.� 52.225-5�� Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchases (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� ����������������� (31 U.S.C. 3332). 52.233-3��� Protest After Award The following DFARS clauses are included but not limited to: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7012 Safeguarding Covered Defense Information and Cyber ���������������������� Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in � ���������������������� Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American�Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a ���������������������� State Sponsor of Terrorism 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7009� Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea The following Clauses and Provisions are also incorporated by Reference as directed by Agency Rules: 52.202-1���� Definitions 52.203-3���� Gratuities 52.203-11�� Certification and Disclosure Regarding Payments to Influence Certain Federal ������������������� Transactions 52.203-17�� Contractor Employee Whistleblower Rights And� ������������������ Requirement To Inform Employees Of Whistleblower Rights 52.204-4���� Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7���� System for Award Management 52.204-24 ��Representation Regarding Certain Telecommunications and Video Surveillance ������������������ Services or Equipment 52.209-10�� Prohibition on Contracting With Inverted Domestic Corporations.� 52.222-25�� Affirmative Action Compliance 52.223-3���� Hazardous Material Identification and Material Safety Data. 52.225-4���� Buy American--Free Trade Agreements--Israeli Trade Act ������������������ Certificate�������������������� 52.232-39�� Unenforceability of Unauthorized Obligations 52.242-15 �Stop-Work Order � 52.233-4��� Applicable Law for Breach of Contract Claim 52.247-34� F.O.B. Destination 52.252-1��� Provisions / Clauses Incorporated by Reference 52.252-2��� Clauses Incorporated By Reference� 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODSs)����������� All clauses and provisions can be found on the following websites: Federal Acquisition Regulation (FAR) � https://www.acquisition.gov/browse/index/far Defense Federal Acquisition Regulation Supplement (DFARS) � https://www.acquisition.gov/browse/index/dfars Air Force Federal Acquisition Regulation Supplement (AFFARS) � https://www.acquisition.gov/browse/index/affars Addendum to FAR 52.212-1 Instructions to Offerors � (b) Submission of offers. Submit signed and dated price list, along with techical data sheet confirming compliance with T.O., to the office specified in this Combined Synopsis/Solicitation (CSS) at or before the exact time specified in this solicitation. Offers must be submitted on the Price List shown at Attachment 1. (g) The Government may conduct Interchanges with one, some, none or all vendors at its discretion. (h) Award of at least two BPAs, up to a maximum of three BPAs, will result from this CSS. Addendum to FAR 52.212-2 Evaluation � Commercial Items (a) The Government will award BPAs resulting from this solicitation to the responsible offerors whose offers conforming to the CSS will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Number of Items Priced 3. Compliance with Technical Orders 4. Past Performance (d) Award of BPAs will be based on the factors above. BPAs will be awarded to those offerors that can supply all, or most, of the listed chemicals at fair and reasonable prices. Competing Price Lists will be compared for the number of items priced, then compared for the prices of those items. The successful Price Lists will then be reviewed for technical conformity. It is important that technical data sheets be supplied for each chemical, demonstrating its suitability for use by the requisite T.O. (e) Past Performance will be reviewed using Federal Awardee Performance and Integrity Information System (FAPIIS) and Supplier Performance Risk System (SPRS). Offerors with any Terminations for Default or Cause will be deemed �Unawardable�. Offerors with no Past Performance Information in will be evaluated as �Neutral� (f) Purchases under resultant BPAs will be accomplished with funded Calls (Orders). See Schedule for more details.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7484a33b86b43f8b0b820c2a3c6b40a/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05858261-F 20201122/201120230144 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.