Maryland Bids > Bid Detail

THRUSTER OIL

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159747847897099
Posted Date: Nov 1, 2022
Due Date: Nov 7, 2022
Solicitation No: 70Z04023Q60409Y00
Source: https://sam.gov/opp/bbf4b5a6cb...
Follow
THRUSTER OIL
Active
Contract Opportunity
Notice ID
70Z04023Q60409Y00
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 01, 2022 11:30 am EDT
  • Original Date Offers Due: Nov 07, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 08, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9150 - OILS AND GREASES: CUTTING, LUBRICATING, AND HYDRAULIC
  • NAICS Code:
    • 324191 - Petroleum Lubricating Oil and Grease Manufacturing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

  1. This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.

  2. Solicitation number 2123403Y6171M81001 applies, and is issued as a Request for Quotation.

  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (AUG 2019).

  4. This procurement is 100% set aside for small business concerns.The North American Industry Classification System (NAICS) code is 324191 and the business size standard is 750 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract.




  1. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _November 7, 2022_, at _12_ p.m. Eastern Standard Time.





ITEM 0001 – SHELL NATURELLE S6 HF-68



55 GALLON DRUMS OF SHELL NATURELLE S6 HF-68



Quantity: 10 DR Required Delivery Date: 11/15/2022



Unit Price: _______________ Promised Delivery Date: _______________



Total Amount: ____________







PACKAGING SPECIFICATIONS:





PACKAGING REQUIREMENTS ARE MANDATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS. IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD "UNIT OF ISSUE". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING METHOD USED IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGE MATCHS THE "UNIT OF ISSUE". SMALLER ITEMS ONLY: (BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE PACKAGE/CONTAINER PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER. EXAMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE QUANTITY.





MARKING REQUIREMENTS: ALL PACKAGES, BOXES, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE FOLLOWING INFORMATION: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY. IF A SINGLE ITEM CANNOT BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED! LABEL EXAMPLE: ITEM NAME STOCK NUMBER PURCHACE ORDER/CONTRACT NUMBER PART NUMBER UNIT OF ISSUE & QUANTITY.





MARKING REQUIREMENTS: ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE FOLLOWING INFORMATION: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY. IF A SINGLE ITEM CANNOT BE PACKAGED IN ONE



CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED ATVENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED!





LABEL EXAMPLE:



ITEM NAME:



STOCK NUMBER:



UNIT OF ISSUE & QUANTITY:



PURCHACE ORDER/CONTRACT NUMBER:



PART NUMBER:







NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.






  1. Place of Delivery: Building 11, ATTN: Derek Sounder 2401 Hawkins Point Rd., Baltimore, MD 21226.



**** Please quote prices FOB Destination. ****



The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:



a) Company’s complete mailing and remittance addresses,



b) Discounts for prompt payment if applicable



c) Cage Code, Dun & Bradstreet number, Taxpayer ID number.





Offerors shall agree to the delivery condition by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.




  1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply.

  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.

  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.

  4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated:

    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-28

    2. .2)(31 U.S.C. 6101 note).

    3. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)

    4. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).

    5. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

    6. 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2).

    7. 52.222-3 Convict labor (June 2003) (E.O. 11755)

    8. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)

    9. 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

    10. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)

    11. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

    12. 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

    13. (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

    14. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

    15. 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.chapter 83).

    16. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

    17. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).

    18. 52.233-3 Protest after award (Aug. 1996.)

    19. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).






  1. Defense Priorities and Allocations System (DPAS): N/A

  2. QUOTES ARE DUE BY 12:00 NOON EST on 07 NOVEMBER 2022. Quotes may be emailed to Shannon.R.Carter @uscg.mil.

  3. POC is Shannon Carter, Procurement Agent, 410-762-6503.




Attachments/Links
Contact Information
Contracting Office Address
  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 01, 2022 11:30 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >