Instructions to Offerors
1. All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at [email protected]. Questions must be submitted No Later Than 14 December 2015.
2. All quotes are due no later than 12:00 p.m. eastern time, 22 December 2015. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to [email protected].
a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time.
Basis For Award
Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government has the right to use Government contracts that the vender has previously won as their past performance rating.
Price Evaluation
The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive.
The determination that a quote is reasonable will be based on competitive quotation/offers and historical history.
The most important is price.
Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov.
Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/.
Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer.
Performance Work Statement
Delivery of heavy duty extended life antifreeze/coolant in 55 gallon drums used for military vehicles at surface maintenance facilities, and pick up of used antifreeze. The delivered antifreeze is extended life coolant used in sleeved cylinder diesel engines. It contains 1200-1600 ppm nitrites (sometimes pink in color). It contains a 50/50 mixture of virgin antifreeze and water.
The service will be six sites around the Connecticut Area. The locations are: Middletown - 06457, Windsor Locks - 06096, East Lyme - 06333, Danbury - 06810, Windsor Locks-06095, and Stratford - 06497. All locations and amount of 55 gallon drums are an estimate. It is subject to change. You are not guaranteed all six sites and quantity of estimated drums. All sites are subject to change. They can be deleted or added anytime during the contract.
All products and services must be BAA and TAA Compliant (Buy American Act and Trade Agreement Act)
Include all costs (example: shipping etc.)
Include what country the product is manufactured in
Provide an information sheet what the manufacturer warranty covers
Provide information sheet
Need delivery time
If all the above information not received quote will be considered non-responsive
Example of Quote:
1 drum ---$2.00 each
The following provisions are included in this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; 52.212-3, Offerors Representations and Certifications (OCT 2010): The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.219-6, Notice of Small Business Set - Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision. 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.247-7023 ALT III , Transportation of Supplies by Sea; FAR 52.222-3, Convict Labor FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-18, Availability of Funds; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
52.232-18 -- Availability of Funds.
As prescribed in 32.705-1(a), insert the following clause: