SOLICITATION NOTICE
91 -- BULK PROPANE
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 454312
— Liquefied Petroleum Gas (Bottled Gas) Dealers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG6125S07AA24
- Response Due
- 9/27/2007
- Archive Date
- 10/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: AG6125S07AA24 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-19. This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 45412. The USDA-Animal Plant & Health Inspection Service, National Veterinary Service Laboratory, has a requirement to establish a contract for delivery of 50,000 GALLONS OF BULK PROPANE to government-owned tanks, located at 1800 Dayton Avenue, Ames, IA 50010, for the period October 1, 2007 through September 30, 2008. Deliveries are to be made within 24 hours of notification between the hours of 8:00 A.M. and 4:00 P.M. Monday through Friday. Prior arrangements would need to be made after hours and on weekends. The contractor is to furnish all labor, machinery, equipment, materials and transportation for providing bulk propane fuel. Tanks vary in size from 250-1000 gallons at the following Buildings: One-250 gallon tank at C3; Four -500 gallon tanks at shop, B1, A2 and A6; and Eight -1000 gallon tanks at shop, A4, C4, Z3, Z2, Y1, Digester Building and MB building all located at 1800 Dayton. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-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. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13: and 52.216-2 Economic Price Adjustment-Standard Supplies. For calculations for Economic Price Adjustments, we will use: National Propane Gas Association Index located at: http://www.npga.org. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before September 27, 2007. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is October 1, 2007. All responsible sources may submit a quotation which shall be considered by the Agency. Award will be made to the responsible offeror who meets all above criteria and provides the lowest prices. All questions regarding this solicitation should be sent to denise.hill@ars.usda.gov.
- Place of Performance
- Address: USDA-APHIS-National Veterinary Services Laboratories,Center for Veterinary Biologics, 1800 Dayton Avenue, Ames, Iowa
- Zip Code: 50010
- Country: UNITED STATES
- Zip Code: 50010
- Record
- SN01405302-W 20070915/070913220433 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |