Federal Bid

Last Updated on 28 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Fuel Bowser

Solicitation ID W912NS-18-Q-3017
Posted Date 05 Sep 2018 at 4 PM
Archive Date 28 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office W7nj Uspfo Activity Mo Arng
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS-18-Q-3017 is being issued as a Request for Quotation (RFQ). This is set aside for Service Disable Veteran Owned Small Business (SDVOSB). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. This procurement is posted at a small business set aside. The NAICS code is 336413 and the business size standard is 1,250. Product Service Code is 1550/1720. The following commercial items are requested:

The Missouri Army National Guard
Aviation Classification Repair Activity Depot requires the following Fuel/Defuel Bowser:
MFG Part # Description QTY
Spokane industries 600 Gallon Helifueler
Rotary Wing fuel cart with nozzles for UH-60 Blackhawk, AH-64 Apache, CH-47
Chinook, and over wing wands for MD-6, and UH-72 aircraft. All shall be delivered to 5250 W DEPOT RD, SPRINGFIELD MO 65803

Award will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable.

Payment will be invoiced and paid through Wide Area Work Flow (WAWF).

See attached purchase description and redacted J&A.

Quote/price as follows - CLIN 1: 1 EA 600 Gallon Spokane Helifueler

If changes, in scope, are required post award, it will require a bilateral contract modification pursuant to FAR 52.212-4(c) issued by the Contracting Office within awarded vendor's policy provided above.

Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA). For a vendor's quote to be technically acceptable the vendor's quote must follow brand name acceptance and product description to the exact.

Please submit your quote on a Company Letter Head or the attached Statement of Work (include CAGE) via email to the emails listed below. All quotes will be due NLT 7 September 2018 @ 10:00AM Central Time. If anyone should have any questions, please contact 2LT Joshua Taylor at (573) 638-9500 Ext 39629 or [email protected].


Additionally the following clauses and provisions apply to this acquisition:

52.204-7 Central Contractor Registration

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-1 Instructions to Offerors - Commercial Items

52.212-2 Evaluation - Commercial Items

52.212-3 Offeror Representations and Certification - Commercial Items

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, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31

52.214-34 Submission of Offers in the English Language

52.214-35 Submission of Offers in U.S. Currency 52.219-1 Small Business Program Representations

52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C.657f).

52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor

52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities

52.222-22 Previous Contracts and Compliance Reports

52.222-25 Affirmative Action Compliance

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Veterans

52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans

52.222-42 Statement of Equivalent Rats for Federal Hires

52.222-50 Combating Trafficking in Persons

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13 Restrictions on Certain Foreign Purchases

52.225-18 Place of Manufacture

52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan -- Certification

52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification

52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop- Work Order

52.247-34 F.O.B. Destination

52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference

52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses

52.253-1 Computer Generated Forms

Applicable DFARS clauses included:

252.203-7000 Requirements Relating to Compensation of Former DOD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DOD Officials

252.204-7003 Control of Government Personnel Work Product

252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A

252.204-7006 Billing Instructions

252.204-7008 Export-Controlled Items

252.204-7011 Alternate Line-Item Structure

252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions:

252.225-7001 Buy American And Balance Of Payments Program

252.225-7002 Qualifying Country Sources As Subcontractors

252.232-7001 Disposition of Payments

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area Workflow Payment Instructions

252.204-7008 (DEV) Compliance with Safeguarding Covered Defense Information Controls

252.204-7012 (DEV) Safeguarding Covered Defense Information and Cyber Incident Reporting

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing Of Contract Modifications

252-247-7023 Alt III Transportation of Supplies by Sea


The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/.

Amendment 1 on 5/09/2018 - Adjusted PFC and NAACS code.

Bid Protests Not Available

Similar Past Bids

Columbus Mississippi 22 Mar 2016 at 7 PM
Ellington Connecticut 25 Aug 2015 at 8 PM
Robins air force base Georgia 20 Sep 2010 at 6 PM
Yuma Arizona 31 Jul 2014 at 11 PM
Fort huachuca Arizona 21 Sep 2021 at 7 PM

Similar Opportunities