SOLICITATION NOTICE
68 -- HYDROPROCESSED ESTERS AND FATTY ACIDS - HEFA FUEL
- Notice Date
- 2/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12ZK0013R
- Response Due
- 3/30/2012
- Archive Date
- 3/1/2013
- Point of Contact
- Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
- E-Mail Address
-
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Proposal (RFP) for 1) 5000 gallons ofHydroprocessed Esters and Fatty Acids (HEFA) made from Camelina oil feedstock that meetsASTM D7566 for Aviation Fuel. 2) Chemical and Physical Property analysis of HEFA fuelfor all ASTM D7566 specifications. 3) Proposal to include shipping charges to NASA GlennResearch Center, 21000 Brookpark Road, Cleveland, OH via tank truck. The tanker needs tohave the capability to pump the fuel into one of NASA Glenn Research Center's storagetanks. Delivery due within three weeks of the date of contract award. The provisions and clauses in the RFP are those in effect through FAC 2005 - 55 The NAICS Code and the small business size standard for this procurement are 325199, 1000employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, Bldg. 215 Chemical Receiving Dock, 21000Brookpark Road, Cleveland, OH 44135. Offers for the items(s) described above are due by 4:30pm EST March 30, 2012 to SandraBrickner (email: Sandra.a.brickner@nasa.gov), fax #216-433-2480 or NASA Glenn ResearchCenter, ATTN: Sandra Brickner, M/S 60/1, 21000 Brookpark Road, Cleveland OH 44135 andmust include, solicitation number, proposed delivery schedule, discount/payment terms,warranty duration (if applicable) taxpayer identification number (TIN), identification ofany special commercial terms and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84 Ombudsman, (OCT 2003), 1852.223-72Safety and Health (Short Form)(APR 2002), 1852.225-70 Export Licenses. (FEB 2000),1852.237-73 Release of Sensitive Information (JUN 2005)FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6 (With Alt 1) Restrictions on Subcontractor Sales tothe Government 3.503-2 (SEP 2006),with Alternate 1 (OCT 1995), 52.204-10 ReportingExecutive Compensation and First-Subcontractor Awards (JUL 2010), 52.209-6 Protecting theGovernments Interest when Subcontracting with Contractors Debarred, Suspended orProposed for Debarment (DEC 2010). (Not applicable to subcontracts for the acquisitionof commercially available off-the-shelf items), 52.209-10, Prohibition on Contractingwith Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117,section 743 of Division D of Public Law 111-8, and section 745 of Division D of PublicLaw 110-161), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a), 52.219-8 Utilization of Small Business Concerns 19.708(a)(JAN 2011) (15 U.S.C. 637 (d)(2) and (3)), 52.219-28 Post Award Small Business ProgramRerepresentation (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003)(E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL2010) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35 Equal Opportunity Veterans22.1210(a)(1) (SEP 2010) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers withDisabilities (OCT 2010) (29 U.S.C. 793), 52.222-37 Employment Reports on Veterans22.1310(b) (SEP 2010) (38 U.S.C. 4212), 52.222-40 Notification of Employee Rights Underthe National Labor Relations Act 22.1605 (DEC 2010) (E.O. 13496), 52.222-50, CombatingTrafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-3 Hazardous MaterialIdentification and Material Safety Data. (JAN 1997) - Alternate I (JUL 1995) 52.223-18Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011). (E.O.13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutesadministered by the Office of Foreign Assets Control of the Department of the Treasury),52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (MAY1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The following information is provided relative to this order: 1) The contractor mustsubmit a Material Safety Data Sheet (MSDS) for every hazardous material being shipped toNASA Glenn Research Center. 2) Manifest for Guard Gate. 3) All shipments coming in withfuel should be properly marked with Placards for all Hazardous Materials containedwithin. All contractual and technical questions must be in writing (e-mail or fax) to Sandra A.Brickner not later than March 28, 2012. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Technical merit is defined as demonstrated ability to meetthe specifications and evidence of the ability to meet the technical requirements. Pastperformance will consider the offeror's experience in work efforts similar to that beingrequested. Vendor to provide examples of successfully completed projects thatdemonstrate their ability to supply HEFA fuel made from Camelina oil feedstock that meetsASTM D7566 for aviation fuel. A listing of prior contracts/customers providing similarproducts along with contact information is to be provided. It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b).Other critical requirements: Delivery must be made within three weeks of the date ofcontract award to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf.These representations and certifications will be incorporated by reference in anyresultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.http://prod.nais.nasa.gov/pub/pub_library/OMB.htmlThe installation Ombudsman is: Kirk D. Seablom (216) 433-5593 Kirk.D.Seablom@nasa.gov Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12ZK0013R/listing.html)
- Record
- SN02685767-W 20120302/120229234900-91e6ab4c889e2142cd1f3f9062149729 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |