Offers are being requested and a written solicitation will not be issued. This opportunity is Small Business set aside and NAICS 334516 size standards applied (500) the contract resulting from this procurement will be a firm fixed price contract. The solicitation SP0600-14-Q-0261 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 2005-72 dated 30 January 2014. DPAS rating for potential award is 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.
Requirements:
CLIN 0001 Quantity 1 (One), each, Sulfur Analyzer to test Diesel and Jet A in accordance with ASTM D7220 and D4294.
CLIN 0002 Quantity 1 (One), each, Automatic Vapor Pressure Analyzer for testing JP4 and Gasoline in accordance with ASTM D5191.
CLIN 0003 Quantity 1 (One), each, Manual Distillation for testing Jet A and Diesel in accordance with ASTLM D86.
CLIN 0004 Quantity 1 (One), each, Saybolt Colorimeter for testing Jet A and Diesel in accordance with D156.
Installation and training shall include 1 days of installation and training of up to 5 lab personnel;
Requirement Address:
DLA Energy Alaska
Petroleum Laboratory
POC: Steve Kelly
Bldg 986 Warehouse St.
Ft. Richardson, AK 99505
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. Business size, 3. Past performance, 4. Delivery date, and 5. Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, responsiveness to scenarios, past performance, date of deliver, 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 and FAR 52.211-6 (Brand name or equal) In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6,28, 52.222-3,19,21,26, 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.
All responsible sources may submit an offer including unit pricing information to
[email protected] NLT 12:00 PM Fort Belvoir local time (EST) 28 April 2014;
Send questions to the Contracting Specialist John Gable, 703-767-8259, FAX: 703-767-
8506, or email: at [email protected] by RFQ NLT date/time. FAX quotations will
be accepted.
The point of contact is John Gable at [email protected] or Uniqueka Davis-McKinney at [email protected].
NOTE: SAM Registration: a prospective awardee shall be registered in the System For
Award Management (SAM) database prior to award. See provision 52.212-1 Instructions
to Offerors- Commercial items. Information on registration may be obtained via the
Internet at: https://www.sam.gov or by calling (for US calls) 1-866-606-8220 or (for
international calls) 334-206-7828-5757.