SOLICITATION NOTICE
56 -- 5610; This recurring supply requirement is for a contractor to provide polymer modified pavement sealer in quantities of no less than 2,000 gallons and a maximum of 3,400 gallons per delivery order.
- Notice Date
- 8/26/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 96860
- Solicitation Number
- N0060419Q4072
- Response Due
- 9/6/2019
- Archive Date
- 9/21/2019
- Point of Contact
- Jessica Victor 808-473-7561
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the Simplified Procedures for Certain FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-19-Q-4072 This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-05 and DFARS Publication Notice 20190809. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 324121 “ Asphalt Paving Mixture and Block Manufacturing and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the small business set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: an estimated 30,200 total gallons of Polymer Modified Pavement Sealer (PMM) per year which will be issued on delivery orders placed against an IDIQ type contract with one year base and four (4) twelve (12) month option periods. The Contract Line Item (CLIN) structure of any resulting contract will consist of three (3) CLINs. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: CLIN 0001 for a total of 10,200 gallons of PMM delivered to NAVFAC affiliate locations on Oahu and Barking Sands, Kauai, CLIN 0002 for 20,000 gallons of PMM to be picked-up by government personnel at the contractor plant on Oahu, and CLIN 0003 for the delivery costs associated with the delivery of PMM to NAVFAC affiliate locations on Oahu and Barking Sands, Kauai. The period of Performance for the base year will start on or about September 20, 2019 plus four (4) twelve (12) month option periods. Under the delivery CLIN, orders will be FOB Destination, and under the Picked-Up CLIN, orders will be FOB Origin. The Minimum Guarantee Order under any resulting IDIQ will be $2,500.00. Each delivery order under the IDIQ by the ordering official(s) will be paid via government credit card. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required when submitting offers for brand name or equal products. The following FAR provision and clauses are applicable to this procurement: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-3 Offeror Representations and Certifications ”Commercial Items 52.212-3 Offeror Representations and Certifications ”Commercial Items--Alternate I 52.212-4 Contract Terms and Conditions “ Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items 52.216-18 Ordering 52.216-19 Order Limitations 52.216-21 Requirements 52.216-22 Indefinite Quantity 52.217-3 Evaluation Exclusive of Options 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan 52.225-13 Restrictions on Certain Foreign Purchases 52.232-36 Payment by Third Party 52.232-18 Availability of Funds 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7003 Agency Office of the Inspector General 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.216-7006 Ordering 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program--Basic 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea--Basic 252.247-7028 Application for U.S. Government Shipping Documentation/ Instructions Addendum to 52.212-1, Instructions to Offerors “Option Year Pricing for Quote Submission: Quoters shall enter pricing as a price per PMM gallon quote under the base year for each CLIN, delivered and picked-up with current pricing for the base year. The price of the PMM for the base year of the contract shall carry through to all option years for quote evaluation purposes. See Attachment 2 for pricing worksheet. Quote Evaluation: Procedures in FAR 13.106 are applicable to this procurement. Price will be the most significant factor in the evaluation of quotes, the final contract award will be based on the lowest price technically acceptable quote (LPTA) “ a combination of lowest price and technical acceptability. The total evaluated price will be the sum of all CLIN ™s inclusive of the base year and all option years. To calculate the total evaluated price, the price per PMM gallon of each CLIN will be multiplied by the estimated gallons purchased per year for a total price per year. The sum of all estimated prices per year will become the total evaluated price. IN ORDER TO BE FOUND TECHNICALLY ACCEPTABLE, THE QUOTOR MUST: Make an affirmative statement that they are able to fulfill all the requirements stated in the attached Statement of Work (Attachment 1) and Make an affirmative statement that they take no exception to the Statement of Work. Technical acceptability also includes favorable performance ratings queried from the Government wide Past Performance Information Retrieval Systems (PPIRS) at www.ppirs.gov and/or Federal Awardee Performance and Integrity Information System (FAPIIS) at www.fapiis.gov. Where PPIRS performance rating is not known, the rating will be considered acceptable. The contracting officer will rank quotors from lowest to highest price, review the technical quote of the lowest priced quote, and, if the lowest priced quote is technically acceptable, make the award without further evaluating the technical quotes of the other quotors. An award can only be made to quotors found responsible in accordance with FAR part 9. Economic Price Adjustment Use: Should the Government exercise an option to extend the term of the contract under FAR 52.217-9, the option is subject to FAR 52.216-2 Economic Price Adjustment Standard Supplies, based on market prices for Polymer Modified Pavement Sealer (PMM). Prior to exercising any options the Government will use the aforementioned Economic Price Adjustment clause to determine if option require an economic price adjusted based on market changes. The clause may also be used for unforeseen market price volatility. Attachments: ATTACHMENT 1: STATEMENT OF WORK FOR THE POLYMER-MODIFIED PAVEMENT SEALER (PMM) DELIVERED AND PICKED-UP. ATTACHMENT 2: PMM CLIN STRUCTURE AND QUOTE SHEET. ATTACHMENT 3: FAR PROVISIONS 52.204-20, 52.209-11, and 52.212-3 and ALT I WHICH SHALL BE COMPLETED AND SUBMITTED WITH QUOTE. This announcement will close at 08:30 a.m. (Hawaii Standard Time) on 09/06/2019. Contact the Contract Specialist, Jessica Victor who can be reached at 808-473-7561 or email jessica.t.victor @navy.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4072/listing.html)
- Place of Performance
- Address: Various locations, please refer to Performance Work Statement., Honolulu, HI
- Zip Code: 96818
- Country: US
- Zip Code: 96818
- Record
- SN05418486-F 20190828/190826230038 (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 |