This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice.
Offers are being requested and a written solicitation will not be issued. The contract resulting from this procurement will be a firm fixed price contract. Solicitation SPE605-19-Q-0289 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 dated 26 September 2018. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at https://www.acquisition.gov
Scope of Contract:
CLIN 0001
Nomenclature: Flash Point Testing Unit, Automatic, Jet Fuel
Unit of Issue: EA
Quantity: 0008
Description: Shall adhere to ASTM D93 Flash Point by Pensky-Martens Closed Cup Method or JIS K2265-3, or IP34.
• Measuring Range: Ambient to 370°C
• Electric Igniter with built-in Fire Extinguisher.
• Temperature Sensor shall be a PT-100 in stainless steel sheath
• Electrical requirements: must meet the voltage requirement of either 115 or 220 volts 60Hz with US style electrical plugs to match current building design.
• Power consummation must not exceed 800 watts.
• Size must be less than 240(W) × 475(D) × 390(H) mm.
• Weight will not exceed 45lbs.
• Accessory kit including all items needed to utilize equipment must be included in the price and shipped with the equipment.
• All instrument documentation (if provided electronically) must be provided via either email or on a CD/DVD.
• The equipment shall include a one-year warranty.
This is a brand name or equal requirement (Reference FAR 52.211-6) Reference MFG: Tanaka, Model: APM-8
CLIN 0002
Nomenclature: Shipping
Qty: 1
Description: Guantanamo Bay
Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)
DFSP Jacksonville
ATTN: Laboratory Equipment for Guantanamo Bay
Shipping address will be:
FLC Jacksonville FL
Fuels Laboratory
8808 Somers Road, Bldg. 56
Jacksonville, FL 32226-2600
CLIN 0003
Nomenclature: Shipping
Qty: 2
Description: Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)
Shipping address is:
DFSP Guam
Petroleum Laboratory
NAVSUP Fleet Logistics Center Yokosuka
Guam Area Fuel Division Laboratory C740
Bldg. 1700 Marine Corps Drive
Piti, Guam 96915
CLIN 0004
Nomenclature: Shipping
Qty: 1
Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)
Shipping address is:
U.S. FISC Yokosuka
Hakozaki Terminal Laboratory
Mubanchi Nagaura-cho, Yokosuka City, Kanagawa, Japan
CLIN 0005
Nomenclature: Shipping
Qty: 1
Description: DFSP Manchester, Puget Sound, WA
Shipping address will be:
Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)
FLC Puget Sound
Manchester Fuel Department
7501 Beach Drive East
Port Orchard, WA 98366
CLIN 0006
Nomenclature: Shipping
Qty: 1
Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)
FLC Pearl Harbor POL Laboratory
300 Neches Ave
Bldg. 1685, Code 704
JBPHH
Pearl Harbor, HI 96860-4549
CLIN 0007
Nomenclature: Shipping
Qty: 1
Description: Direct shipment to DFSP Sasebo, Japan
Shipping address will be:
FLC Yokosuka Sasebo
Fuel Terminals Laboratory
Mubanchi Akasaki-cho, Sasebo City, Nagasaki Pref, Japan
857-0064
CLIN 0008
Nomenclature: Shipping
Qty: 1
Shipping address is:
DLA Energy Alaska
Petroleum Laboratory
BLDG 986 Warehouse Street
JBER-Richardson, AK 99506
Required delivery date is August 16, 2019
FOB Destination.
Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF).
The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, 2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6, 28, 52.222-3, 19, 21, 26, 50, 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003. FAR 52.211-16 with a 10% variance above or below, as well as 52.211-11 shall be applicable.
All responsible offerors respond to Luis Beza-Cay (Luis.Beza-Cay@dla.mil) NLT 03:00 pm Fort Belvoir, Virginia local time (USA), 19 July 2019; Send questions to the Contracting Specialist, Luis Beza-Cay, 808-473-4308, FAX: 808-473-4232 or email Luis.Beza-Cay@dla.mil and Georgia.Dotson@dla.mil by RFQ NLT date/time. FAX quotations will be accepted.
Luis Beza-Cay, Contracting Officer, Phone 8084734308, Email luis.beza-cay@dla.mil - Chihwei Liu, Contract Specialist, Phone 7037678398, Fax 7037679269, Email Chihwei.Liu@dla.mil