The RFP Database
New business relationships start here

LIQUID HYDROGEN LH2 for Pratt and Whitney in Jupiter, FL


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

SPE601-15-R-0301
COMBINED SYNOPSIS/SOLICITATION FOR
LH2 for Pratt and Whitney in Jupiter, FL

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals will be requested and a written solicitation will not be issued.

1. The solicitation number is SPE601-15-R-0301.
2. Date Posted: 24 October 2014
3. Response Date: 14 November 2014
4. The solicitation is issued as a Request for Proposal (RFP).
5. This procurement is FULL AND OPEN COMEPTITION.
6. The Small Business size standard is 1000 employees.
7. The associated NAICS code is 325120, Industrial Gas Manufacturing.
8. The Classification Code is 91, Fuels, lubricants, oils & waxes.


9. DESCRIPTION OF REQUIREMENT: DLA Energy, Aerospace Energy, as the Department of Defense (DoD) Integrated Materiel Manager (IMM) for Aerospace Energy products and services, requires f.o.b. destination delivery of bulk Liquid Hydrogen (LH2) for Pratt and Whitney in Jupiter, FL. The NSN is 9135-00-611-1347. Pratt and Whitney at Jupiter, FL will be supported with 779,785 LB tons (TN) of bulk LH2. The period of performance begins December 1, 2014 and ends November 30, 2019. This requirement is described in greater detail in the 6 attachments listed below. The attachments are in support of this Combined Synopsis. Please use these attachments in preparing and submitting your firm's proposal:
Attachment 1 provides the Schedule with the contract line items (CLINs) for each requirement.
Attachment 2 provides a Statement Of Objectives (SOO) with a complete description of the requirements.
Attachment 3 provides MIL-PRF-27201E, Dated 17 MAY 2013.
Attachment 4 provides Aerospace Energy Clauses and Provisions.
Attachment 5 provides Transport Equipment Delay Certificate.
Attachment 6 provides Contractor Performance Data Sheet.
Attachment 7 provides Small Business Subcontracting Plan.


10. * Clause FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (AEROSPACE ENERGY) (TAILORED) (DLA ENERGY) (JUL 2013) applies and is incorporated in full text in Attachment 4.


11. * Clause I209.09 EXTENSION PROVISIONS (DLA ENERGY JAN 2012) applies and is incorporated in full text in Attachment 4. I209.09 Extension Provisions (DLA Energy JAN 2012) allows the Government to extend the period of performance for up to six months on a unilateral basis. The method for evaluating the extension period and its associated quantities is to multiply an additional six months of requirements by the offered unit and then add evaluated price for the existing evaluated price for each line item.


12. EVALUATION PROCEDURES: For price evaluation purposes, the evaluated price of each product CLIN (0001, 0002, 0003, 0004, 0005 ) will be calculated by multiplying the proposed quantity (including for the six-month extension identified in I209.09 Extension Provisions) by the proposed unit price of the product(s), which should include all costs associated with the offeror's delivery of product to JUPITER, FL. The non-product services CLINS (0006, 0007) will not be included in the evaluation for award, but will be evaluated for price reasonableness and included as a CLIN in each contract award.

13. BASIS FOR AWARD: The Contracting Officer (CO) will award to the lowest-priced (as evaluated above), responsible offerors whose prices are determined fair and reasonable. The Government intends to award only one Requirement-Type Contract (product and location) but may award multiple contracts in order to fulfill the requirement.


14. Offerors shall provide a list of current commercial and Government contracts with points of contact and telephone numbers to assist the CO in determination of satisfactory past performance.


15. *Offerors shall include a completed copy of the provision at 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. If offeror has posted on the "Online Representations and Certifications Application (ORCA)" website, and no changes apply to this solicitation, a copy of the ORCA document may be submitted in lieu of the completed 52.212-3.


16. *Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive orders -
Commercial Items applies. Within paragraph (b), the following clauses are selected and apply:
X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
X (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).
X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
X (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
X (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d)(4)).
X (iv) Alternate III (July 2010) of 52.219-9.
X (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
X (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
X (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).
X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
X (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
X (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).
X (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
X (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (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.)
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
X (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).


17. * Clause FAR 52.211-16 VARIATION IN QUANTITY (APR 1984) applies and is incorporated by reference.
(b) Permissible variation shall be limited to 10.0 Percent increase, 10.0 Percent decrease,
This increase or decrease shall apply to Product ITEMs (CLINs 0001, 0002, 0003, 0004, 0005)


18. *Clause FAR 52.216-21 REQUIREMENTS (OCT 1995) applies and is incorporated by reference, and is completed by including the following language in paragraph (f): "60 DAYS AFTER EXPIRATION OF THE ORDERING PERIOD."


19. * Clause DFARS 252.216-7006 ORDERRING (MAY 2011) applies and is incorporated by reference and is completed by including the following language in paragraph (a): "DATE OF AWARD"; and "30 November 2019".


20. *Clause FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) applies and is incorporated by reference


21. *Clause FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) applies and is incorporated by reference.


22. * Clause K33.01, AUTHORIZED NEGOTIATORS (DLA ENERGY APR 2007) applies Offeror fill-in is required. (see Attachment 4)


23. *Clause F3.10 TRANSPORT TRUCK AND/OR TRUCK AND TRAILER FREE TIME AND DETENTION RATES (F.O.B. DESTINATION) (AEROSPACE ENERGY) (DESC DEC 2007); applies. Detention starts after the first 2 hours. Offeror fill-in is required. (see Attachment 4)


24. *Clause G9.07, ELECTRONIC TRANSFER OF FUNDS PAYMENTS - CORPORATE TRADE EXCHANGE (DLA ENERGY JUL 2007) applies. An offeror fill-in is required. (see Attachment 4)


25. * Clause E33.10, MANUFACTURING AND FILLING POINTS (AEROSPACE ENERGY). Offeror fill-in is required. (see Attachment 4)


26. *Clause L2.35, PROPOSAL FORMAT AND CONTENT (AEROSPACE ENERGY)(DLA ENERGY JAN 2012) applies (see Attachment 4).


27. *Clause M2.14, EVALUATION - COMMERCIAL ITEMS (AEROSPACE ENERGY)(DLA ENERGY AUG 2009) applies (see Attachment 4).
28. Offerors are due November 14, 2014 at 10:00 AM Central Standard Time. Offerors shall submit their proposals by email to kenneth.marsh@dla.mil and diane.cook@dla.mil and dla-emkcontracts@dla.mil.


29. Offerors may contact the Contract Specialist, Ms. Diane Cook at 210-925-2101 diane.cook@dla.mil or the Contracting Officer, Mr. Kenneth R Marsh at 210-925-2427 kenneth.marsh@dla.mil.


 


Diane R Cook, CONTRACT SPECIALIST, Phone 210-925-2101, Fax 210-925-1963, Email diane.cook@dla.mil - Kenneth R. Marsh, Contracting Officer, Phone 2109252427, Fax 210-925-1963, Email kenneth.marsh@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP