Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOLICITATION NOTICE

91 -- Propane Refueling Alaska Mountain Top High Sites

Notice Date
5/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG89-03-R-6F9007
 
Response Due
5/23/2003
 
Archive Date
6/7/2003
 
Point of Contact
Marcus Tikotsky, Contract Specialist, Phone 510/437-3047, Fax 510/437-3014,
 
E-Mail Address
mtikotsky@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS/SOLICITATION: 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; proposals are being requested and a written solicitation WILL NOT be issued. The Request for Proposal number is DTCG89-03-R-6F9007 and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-13. This acquisition is 100% small business set-aside. The NAICS is 811213. The small business sized standard is $6,000,000.00. The contract type will be a firm fixed price contract. The Government proposes to solicit offers for the following services and quantities: CONTRACT LINE ITEM NUMBER: 0001 Propane refueling-Seven sites; Total Quantity 10,700 gallons. The locations are: 1) Althorp Peak 1,500 gallons; 2) Cape Fanshaw 1,700 gallons; 3) Duke Island 1,000 gallons; 4) Mt. MacArthur 1,900 gallons; 5) Robert Barron 2,200 gallons; 6) Sukkwan Island 1,400 gallons; 7) Zarembo Island 1,000 gallons. DESCRIPTION OF SERVIC: This is a high priority U.S. Coast Guard search and rescue system that must be kept operational at all times to protect property and lives. The Contractor shall re-fuel seven Alaska mountain top high sites with propane. The National Voice Distress System Radio sites to be fueled are remote sites that are only accessible by helicopter. There is no road access to any of these sites and the weather conditions can vary considerably in any season. Typical transportation of propane to these sites will include the use of a barge and/or helicopter. Normally full ?pickle? barrels are transported by barge to a location near the site and then slung to the mountaintop by a helicopter rated for that load carrying capacity. A fuel mechanic will then remove the barrel from the sling and transfer the propane to the permanent site-standard (five) 500 Gallon propane tanks. This process is repeated until all tanks are at maximum capacity. DELIVERY: Complete services not later than 15 Jun 2003. AWARD: This purchase will be based on the following criteria: Price and past performance are equal in value. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representatives and Certifications. FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2553g AND 10 U.S.C. 2402); FAR 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) AND (3)); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled and Vietnam Era and other eligible Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and other eligible veterans (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332); FAR 52.22-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); FAR 52.22-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 AND 41 U.S.C. 351, et seq.) (Vessel Operator $24.76, Deckhand $14.40 and fuel Distribution System Mechanic $26.21 hourly rates). The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on May 23, 2003, by 3:00pm, California Pacific Daylight-savings Time. Offers may be submitted either by mail, facsimile or e-mail. If mailing, send to: Commander, Maintenance and Logistics Command Pacific (fcp-2), Bldg. 54-A, Coast Guard Island, Alameda, California 94501-5100, Attn: Marcus Tikotsky. If by facsimile to: (510) 437-3014; if by e-mail to mtikotsky@d11.uscg.mil. Offeror?s must provide as a minimum: (1) solicitation number; (2) name and address, point of contact, and telephone number of the offeror; (3) price and discount terms; (4) Representatives and Certifications and (5) Past Performance information. SPECIAL NOT: FAR 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price: The total price for CLIN 0001 will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references for their most recent similar services. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material), total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the name of the point of contact.
 
Place of Performance
Address: COMMANDING OFFICER, ESU KODIAK, AVIATION HILL, KODIAK, AK
Zip Code: 99615
Country: UNITED STATES
 
Record
SN00322794-W 20030515/030513213121 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.