140R3025Q0022 Castrol Oil Supply
Combined Synopsis/Solicitation
(i) This is a combined synopsis/solicitation for commercial products 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; proposals are being requested and a written solicitation will not be issued.
(ii) To facilitate electronic quote submissions through SAM.gov Contract Opportunities, a request for quote (RFQ No. 140R3025Q0022) is being issued subsequent to this combined synopsis/solicitation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2025-03.
(iv) This requirement is a Total Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 324191, Petroleum Lubricating Oil and Grease Manufacturing. The small business size standard for NAICS Code is 900 Employees.
(v) CLIN 00010 - Quantity 6 55-Gallon Drums of Castrol Optigear 1100/220
CLIN 000020 - Quantity 19 55-Gallon Drums of Castrol Optigear 1100/220
(vi) The Bureau of Reclamation has a requirement for 25 55 Gallon Drums of Castrol Optigear 1100/220 for lubrication of high-pressure cylinder gate hoist mechanisms.
(vii) Delivery for CLIN 00010 should be March 6, 2025, or 10 days after award.
Delivery for CLIN 00020 must be by October 31, 2025.
The delivery location is Hoover Dam Central Warehouse South U.S. Highway 93, SR 172 Boulder City, Nevada 89005
THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION:
(viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services.
In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this
solicitation, each offeror will submit a quote in accordance with the instructions contained in this provision.
(1) Offer will complete and submit SF 1449. Pricing must be submitted on the SF 1449.
(2) Submit the following information:
(a) Unique Entity Identifier (UEI): ___________________
(b) Contractor E-mail Address: ______________________
(3) Past Performance Information Requested:
(a) Past Performance: Offeror is not required to submit any past performance documentation. However,
the Government may use past performance information obtained, such from the Contractor Performance Assessment Reporting System (CPARS) database located at http//www.cpars.gov.
NOTE: An offeror without relevant experience, or for whom information on past performance is not
available, will be given a Neutral rating, and will not be evaluated favorably or unfavorably. This rating is
neither negative nor positive. Neutral is merely indicative of a lack of prior performance.
(ix) BASIS OF AWARD: The Government will award a purchase order 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 following factors shall be used to evaluate offers:
1. Price
(x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services.
Offerors are advised to include with their offer a completed copy of the provision 52.212-3 or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/.
(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services.
(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services.
The following additional FAR clauses cited in this clause are applicable to the acquisition:
52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020)
52.203-17, Contractor Employee Whistleblower Rights (Nov 2023)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)
52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.204-30, Federal Acquisition Supply Chain Security Act Orders ¿ Prohibition (Dec 2023)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JAN 2025)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)
52.219-8, Utilization of Small Business Concerns (JAN 2025)
52.219-28, Post Award Small Business Program Representation (Feb 2024)
52.222-3, Convict Labor (Jun 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) (E.O.13126)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016) (E.O.11246)
52.222-35, Equal Opportunity for Veterans (Jun 2020)
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)
52.222-37, Employment Reports on Veterans (Jun 2020)
52.222-40, Notification of Employee Rights Under The National Labor Relations Act (Dec 2010)
52.222-50, Combating Trafficking in Persons (Nov 2021)
52.222-54, Employment Eligibility Verification (JAN 2025)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-1, Buy American-Supplies (Oct 2022)
52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.239-1, Privacy or Security Safeguards (Aug 1996)
(xiii) Additional contract requirements include the following clauses and provisions:
52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011)
52.204-7 System for Award Management (Oct 2018)
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)52.211-6 Brand Name or Equal (Aug 1999)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
52.212-2 Evaluation Commercial Products and Commercial Services (Nov 2021)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
DIAR 1452.215-71 Use and Disclosure of Proposal Information -- Department of The Interior (Apr 1984)
DIAR 1452.233-2 Service of Protest Department of the Interior (Jul 1996)
DOI-AAAP-0028 Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (Feb 2021)
WBR 1452.237-80 Security Requirements Bureau of Reclamation (Mar 2022)
(xiv) Not Applicable
(xv) All questions shall be submitted via email to nmaye@usbr.gov.
Offers are due 02/24/2025 1600, local time. Responsible offerors are requested to submit a quote for this requirement. Offers should be submitted via email to nmaye@usbr.gov.
(xvi) The Point of Contact for this solicitation is Mr. Noah Maye and may be reached via e-mail at nmaye@usbr.gov.
End of Combined Synopsis/Solicitation