Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOLICITATION NOTICE

68 -- Anti-Freeze 5 Year BPA

Notice Date
12/15/2020 12:12:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRS21R0001
 
Response Due
12/24/2020 11:00:00 AM
 
Archive Date
01/08/2021
 
Point of Contact
Leslie A Fedler
 
E-Mail Address
leslie.a.fedler.civ@mail.mil
(leslie.a.fedler.civ@mail.mil)
 
Description
Implementation of FAR Provisions and Clause for Section 889(a)(1))B). Must fill out and sign 52.204-24( Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment) returned with your quote. the form 52.204-24 is attached in this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03 dated November 23, 2020. This solicitation number W91ZRS-21-R-0001 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price five year BPA for antifreeze. This request is due by 24 December 2020, 2:00 p.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 562112 �Hazardous Waste Collection. The small business size standard for 562112 is $41.5 million in average annual receipts. Instructions to Offerors All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later Than 21 December 2020. All quotes are due no later than 2:00 p.m. eastern time, 24 December 2020. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. Basis For Award Award shall be made to a single offeror.� The Government will award a 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 Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. Sam�s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) and completed 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Basic (Aug 2020) (Current) with its offer. Performance Work Statement Description for Antifreeze and disposal Delivery of heavy duty extended life antifreeze/coolant in 55 gallon drums used for military vehicles at surface maintenance facilities, and pick up of used antifreeze. The delivered antifreeze is extended life coolant used in sleeved cylinder diesel engines. It contains 1200-1600 ppm nitrites (sometimes pink in color). It contains a 50/50 mixture of virgin antifreeze and water. Antifreeze/coolant must be compatible with almost any vehicle Requires no mixing . Phosphate-free formula Size 55 gallon Must meet or exceed the physical, chemical, and performance requirements of the following specifications: � �ASTM D6210 (heavy-duty diesel and fully-formulated) �ASTM D3306 (automotive/light-duty) �CID A-A-52624A (military/government) �TMC RP 329 �Caterpillar Vendor must guarantee against defects in material, process or workmanship and bear responsibility for any damage directly caused by any failure related to the quality of their products to perform as intended when used in accordance with manufacturer and specifications. � All costs, to include transportation, associated with delivering and disposal of each drum of Antifreeze are included in the listed unit price. Manufactured in the United States. The service will be five sites around the Connecticut Area. The locations are: Middletown - 06457, Windsor Locks - 06096, East Lyme - 06333, Danbury - 06810, and Windsor Locks-06095. All locations and amount of 55 gallon drums are an estimate. It is subject to change. You are not guaranteed all five sites and quantity of estimated drums. All sites are subject to change. They can be deleted or added anytime during the contract. All products and services must be BAA and TAA Compliant (Buy American Act and Trade Agreement Act) Include all costs (example: shipping etc.) Include what country the product is manufactured in Provide an information sheet what the manufacturer warranty covers Provide information sheet Need delivery time If all the above information not received quote will be considered non-responsive Example of Quote: 1 drum ---$2.00 each �year one 1 drum ---$2.00 each �year two 1 drum ---$2.00 each �year three 1 drum ---$2.00 each �year four 1 drum ---$2.00 each �year five The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Basic (Aug 2020) (Current); 52.204-26 Covered Telecommunications Equipment or Services-Representation; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items;� DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7011, Alternative Line Item Structure; DFAR 252.225-7031; The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Basic (Aug 2020) (Current); FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases;� FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.201-7000, Contracting Officer�s Representative; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials;� DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A;� DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFAR 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;� DFAR 252.211-7003, Item Unique Identification and Valuation; DFAR 252.223-7008, Prohibition of Hexavalent Chromium; DFAR 252.225-7001, Buy American and Balance of Payments Program;�� DFAR 252.225-7048, Export-Controlled Items; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; ;DFAR 252.232-7006, Wide Area Workflow Payment Instructions;� DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.244-7000, Subcontracts for Commercial Items;� DFAR 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70e69bc77de548618835ab84171551b3/view)
 
Place of Performance
Address: CT, USA
Country: USA
 
Record
SN05874642-F 20201217/201215230144 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.