BP Running-In Compound
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcem... This is a combined synopsis/solicitation for commercial item 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; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N5523619Q0047 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 13. The applicable North American Industry Classification System (NAICS) code is 324191. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2019-01 (Effective 20 December 2018). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) purchase order: Contractor shall provide four (4) 55-Gallon Drums of British Petroleum (BP) Running-In Compound (previously identified as Compound No. 33750). No substitutions. Shipping to be included in price. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. The following FAR references may be accessed from http://farsite.hill.af.mil. A. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. B. Offerors shall remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS IAW FAR 52.212-3, following the instructions as provided in the clause. C. By offer submission in response to this synopsis the offeror agrees to comply with all terms and conditions IAW FAR 52.212-4 - Contract Terms and Conditions - Commercial Items. APPLICABLE PROVISIONS AND CLAUSES: Offers received without the completed copy of the provision at FAR 52.212-4 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Offerors who have completed SAM should notify the Contract Specialist before solicitation's closing date and time so it can be downloaded by the Procuring Contracting Office or email an electronic copy together with their quote. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.242-17 Government Delay of Work APR 1984 252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013 52.212-1 Instructions to Offerors-Commercial Items ADDENDUM Submission Instructions. (1) Offerors may submit written questions using the Request for Clarification attached during the quote preparation period. All questions must be received no later than 9:00AM PST on Wednesday, February 6th 2019 to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center, (SWRMC) Email: citing the solicitation number in the subject line: Email Addresses: sonya.diazdeleon@navy.mil; nerissa.sanchez@navy.mil 52.212-2 Evaluation -- Commercial Items (JAN 1999): (a) 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 quotes are in descending order of importance: Evaluation Factors- The evaluation factors that will be used are price and past performance which are of approximately equal importance. Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.106-3 (a)(1). Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the statement of work, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- System for Award Management
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »