Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2016 FBO #5354
SOLICITATION NOTICE

66 -- Micro-Separometer, Automated, Jet Fuel

Notice Date
7/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-16-Q-0289
 
Archive Date
8/13/2016
 
Point of Contact
Lacie Hysten, Phone: 7037679082, Chihwei Liu, Phone: 7037678398
 
E-Mail Address
lacie.hysten@dla.mil, Chihwei.Liu@dla.mil
(lacie.hysten@dla.mil, Chihwei.Liu@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This opportunity is UNRESTRICTED and NAICS 334516 applied (500). The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE600-16-Q 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 2005-78 dated 26 December 2014. DPAS rating for potential award is a Delivery Order (DO). The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm. Per FAR 52.212-1 this is NOT an all or none opportunity. Schedule: CLIN 0001 : MICRO-SEPAROMETER, Automated, Jet Fuel Qty: 1 Unit of Issue: Ea Unit Price $___________ Description: Shall adhere to ASTM D3948, Determining Water Separation Characteristics of Aviation Turbine Fuels by Portable Separometer. Must be available in115 or 220 volts 50/60Hz. Should be portable and contain a rechargeable battery. Brand Name or Equal Reference: This is a brand name or equal requirement (Reference FAR52.211-6) Reference MFG Emcee, Model: 1140 Micro-Separometer. CLIN 0002 : Shipping Qty: 1 Unit of Issue: Ea Unit Price $___________ Description: Note: If not offering on all listed CLINs please identify specifically what CLINs being offered against to meet this requirement Shipping Address. Applicable to CLINs 0001-0004Shipping address is: Defense Logistics Agency - Energy Okinawa Chibana Compound, RTE. # 74 Bldg. 53145 Chibana, Okinawa City Okinawa, Japan 904-2143 Delivery/Shipping... there are three (3) options: (Please indicate which is being offered): 1) United States Postal Service (USPS) Items shipped weighing less than 70 pounds (lbs) (package total) and less than 130 inches in Width, Length, and Height (package total). Shipping address will be: Defense Logistics Agency-Energy Okinawa Unit 5110 APO AP 96368-5110 2) Under 10,000 pounds (lbs) and/or 800 cubic ft: Reference DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) Partial deliveries will not be authorized Packaging and shipping standards shall be in accordance to: http://www.landandmaritime.dla.mil/Offices/Packaging/OCONUSpkg.asp Shipping address shall be: W62N2A/SW3225 - Tracy, CA XU Def DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 There will be a "MARK FOR" address. (3) Physical/Direct Delivery: Defense Logistics Agency-Energy Okinawa Chibana Compound RTE# 74 BLDG 53145 Chibana, Okinawa City, Okinawa, Japan 904-2143 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 52.222-50, 52.203-6, 52.203-13, 52.203-15, 52.204-10, 52.209-6, 52.209-6, 52.209-9, 52.209-10. 52.223-18, 52.225-5,52.225-13, and 52.232-33. FAR 52.203-3 Gratuities, FAR 52.203- 11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, FAR 52.214-34 Submission of Offers in the English, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.229-6 Taxes - Foreign Fixed-Price Contracts, FAR 52.242-13 Bankruptcy, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFRAS 252.225-7021 Trade Agreements, DFARS 252.227-7015 Technical Data - Commercial Items, DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.246-7004 Safety of Facilities, infrastructure, and Equipment for military operations, DFARS 252.247-7003 Pass-through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer, DFARS 252.247-7023 Transportation of Supplies by Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. DFARS 252.232-7007, 252.203-7000,252.225-7021, and 252.232-7003. All responsible offerors respond to Lacie Hysten, Contract Specialist NLT 1:00 pm Fort Belvoir local time (EST) July 15 th 2016 ; Send questions to the Contracting Specialist, Lacie Hysten 703-767-9082, FAX: 703-767-8506, or email: lacie.hysten@dla.mil by RFQ NLT date/time. FAX quotations will be accepted. If you plan to submit your quote electronically, it is recommended you send it no later than 5 p.m. the day before the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-16-Q-0289/listing.html)
 
Record
SN04188532-W 20160721/160719235434-7eb0d22ab6d29ed7a44eb9ab1bf5f10c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.