The RFP Database
New business relationships start here

4,500 GALLONS MOBILGARD 410 NC LUBE OIL


Tennessee, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial supplies 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; quotes are being requested and a written solicitation will not be issued.

This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 324191 with small business with a size standard of 750 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit a price to include all charges on a company letterhead form to the contracting office.


DESCRIPTION/ SPECIFICATIONS:
CLIN 0001 4,500 gallons of MobilGard 410 NC Lube Oil
CLIN 0002 3,300 - 4,000 gallons removal of Waste Oil/Water Pump Off in existing tank.
CLIN 0003 Delivery by Barge


PERIOD OF PERFORMANCE:


*DELIVERY BY BARGE, AS SOON AS POSSIBLE, NO LATER THAN SEVEN (7) DAYS AFTER RECEIPT OF AWARD.


*DELIVERY IS TO BE MADE TO Dredge Hurley wherever located on the Mississippi River LMR 225. The Hurley is located in the Baton Rouge, LA area.


Contractors shall submit quote on company letterhead to include pricing for the requested supply item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax Identification Number, DUNS number, Cage Code and quotes shall include detailed specifications sheets for all proposed items.


Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items.


The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil


FAR 52.204-7 System for Award Management
FAR 52.204-10 Reporting Executing Compensation and First-Tier Subcontract Awards
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.207-4 Economic Purchase Quantity - Supplies
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.211-16 Variation in Quantity. First blank shall read: 15%; Second blank shall read: 15%. Third blank shall read: Quantities specified on CLIN 0001 & CLIN 0002.
FAR 52.211-17 Delivery of Excess Quantities
FAR 52.212-1 Instructions to Offerors-Commercial Items
FAR 52.212-2 Evaluation - Commercial Items - (1) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price.


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 offers:


All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance.


Technical Acceptability; is defined as the capability to PROVIDE THE ITEMS as specified in this Solicitation and the attached Scope-of-Work (SOW), and the ability to meet or exceed the specified delivery schedule.


To be determined Technically Acceptable Offerors Shall Submit the following with their quote package;


Evidence of the Capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted.


Offerors Shall Submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery as soon as possible, but not later than seven (7) days after receipt of award.


Satisfactory Past Performance; A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.
The Government's approach to evaluating past performance is to check data obtained from other sources available i.e. government database, past contract files, etc.


It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote.


FAR 52.212-3 Offeror Representation and Certifications--Commercial Items
FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial Items
FAR 52.225-18 Place of Manufacture
FAR 52.223-3 Hazardous Material Identification and Material Safety Data
FAR 52.223-5 Pollution Prevention and Right-to-Know Information
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.246-1 Contractor Inspection Requirements
FAR 52.252-2 Clauses to Incorporate by Reference


The following are applicable from 52.212-5:
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-28 Post Award Small Business Program Representation
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Equal Opportunity for Workers with Disabilities
FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM)


The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil


DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.225.7048 Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea


Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by THURSDAY, AUGUST 24, 2017, at 10:00 a.m. (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-17-Q-0028 addressed to Amy Starks, Phone (901) 544-0786, Fax (901) 544-3710, email: Amy.L.Starks@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.


Amy L. Starks, Contract Specialist, Phone 9015440786, Fax 9015443710, Email amy.l.starks@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP