Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

91 -- FURNISH AND DELIVER NO. 2 FUEL OIL

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-3615-S-07-0003
 
Response Due
9/21/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service (ARS) requires a Contractor to provide labor, equipment, supplies, transportation and delivery services for No. 2 Heating Oil to the USDA, ARS, PSWMRU field locations (identified below) in accordance with the terms, conditions, and specifications contained in this document. The Government estimates approximately 8,000 gallons will be required. Prices are being requested and a written solicitation has been issued. The Solicitation number AG-3615-S-07-0003 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This procurement is 100 percent set-aside for Small Business. The NAICS is 3241100 with a size standard of 1,500 employees. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.FBO.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. BLANKET PURCHASE ARRANGEMENT -The Government intends to establish a Blanket Purchase Arrangement (BPA) for processing payments for this requirement. The BPA is a charge account arrangement negotiated with a Contractor for items for which the Purchasing Office has projected recurring needs. The BPA permits named individuals to place orders for the requirements by telephone, fax or letter instead of a written purchase order. It also permits consolidated invoicing (usually monthly in arrears) for all purchases made during the previous billing period. Payments will be made by individuals who have a Government Purchase Card (VISA) with their single purchase card limit. Note: The Government is not obligated to place any orders, and the Contractor is not obligated to accept any orders. The BPA is only enforceable when an order is placed by the Government and accepted by the Contractor. The BPA will be reviewed annually, for each Option Period, for pricing in accordance with the FAR Clause 52.216.2, Economic Price Adjustment. AUTHORIZED INDIVIDUALS TO PLACE ORDERS AND PCMS CARDHOLDERS - SCOTT SPEARS, FACILITY TECHNICIAN, (814) 683-1680; Cell (814) 280-0441; DONITA GIBBONEY, LOCATION ADMINISTRATIVE OFFICER, (814) 862-0940; KAREN GARDNER, PURCHASING AGENT, (814) 863-0928. SCHEDULE OF ITEMS - BASE PERIOD OF PERFORMANCE: SEPTEMBER 24, 2007 (OR DATE OF AWARD, WHICHEVER IS LATER) THROUGH MAY 30, 2008. ITEM NO. 01, No. #2 Heating Oil; QTY.: NTE: 8,000 GAL; UNIT PRICE; AMOUNT. OPTION 1 - PERIOD OF PERFORMANCE: MAY 31, 2008 THROUGH MAY 30, 2009. ITEM NO. 02, No. #2 Heating Oil; QTY.: NTE: 8,000 GAL; UNIT PRICE; AMOUNT. OPTION 2 - PERIOD OF PERFORMANCE: MAY 31, 2009 THROUGH MAY 30, 2010. ITEM NO. 03, No. #2 Heating Oil; QTY.: NTE: 8,000 GAL; UNIT PRICE; AMOUNT. ALL THIS FOR A TOTAL OF $______. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service, Pasture Systems and Watershed Management Research Unit (PSWMRU) located in University Park, PA requires a Contractor to provide all No. 2 Heating Oil from this Agreement shall be F.O.B. Destination within Consignee?s Premises, delivered and pumped into multiple field sites bulk fuel tanks at the USDA, ARS, PSWMRU. DELIVERY LOCATIONS AND ACCESS - The Fuel Oil Storage Tank Sites: 1) Headhouse #4, Penn State Campus ? PSU BLDG. ID#996004, Tower Road (approximately 2 miles from PSWMRU); and 2) Rock Springs Farm - Penn State Campus - use Gate "F", (approximately 15 miles from PSWMRU). Keys to storage area will be issued to the contractor upon award of the contract. The contractor shall be responsible for replacement of locks and keys if lost or stolen. Access is on level, graded roads. Winter conditions can include snow and ice on the road. TECHNICAL SPECIFICATIONS - Contractors must be a licensed company operating with the county where trucks are registered/operated must perform calibration of truck meters. The Contractor shall use only trucks approved by the TR or CO. Only the TR & CO may reject any truck which does not meet this requirement and must approve any change in delivery trucks. Contractors shall have all appropriate location fittings, connectors and hoses. Truck meters and pumps must be able to function without access to on-site electricity at delivery points. The Contractor representative will verify that working calibrated meters and working pumps are on the truck designated for loading. Trucks not meeting the stated criteria will be rejected. All delivery trucks must have equipment available to prevent and clean up fuel spills and leaks. Additional inspections of Contractor?s delivery trucks may include the verification of: 1) Previously carried product (contractor may be request to provide documentation regarding the product previously carried in the trucks to be loaded), 2) safety conditions of delivery trucks, and 3) vehicle integrity. Contractor owned equipment will not remain on the PSU campus overnight. The Contractor shall provide automatic fill, on a keep-full basis, at a minimum of sixty (60) days for each tank. In an emergency, oral orders may be issued but must be confirmed in writing. Emergency refills may be required. Emergency deliveries must be delivered within 24 hours after notification by the Government. Miscellaneous refills of approximately 1,000 gallons are expected. The Contractor may be required to make deliveries less than a full truckload. In cases of inclement weather, the Contractor is responsible for immediate notification to the TR of the reasons for any delay of the delivery. Contractor will provide scheduled loads undeliverable due to inclement weather, on the next delivery day and any other designated deliveries. The Contractor will make every effort possible to deliver the requested products on the originally scheduled delivery date. The Contractor shall provide English-speaking personnel at loading and shall designate point of contact with telephone numbers who can be reached in case of emergency. The Contractor shall provide properly maintained delivery equipment and property trained personnel to reasonably assure that delivery can be made without damage to vegetation and payment adjacent to storage facilities being filled. Contractor delivery personnel who have not exercised reasonable care and delivery equipment that is poorly maintained may be refused entrance to the installation. Every delivery must be free of all bottom sediment and water prior to discharge and the contractor is responsible for their removal and disposal. The Contractor shall provide a delivery confirmation to the CARDHOLDER within seven (7) days after delivery has been made. The total requirement is Not-To-Exceed 8,000 gallons per year unless otherwise agreed in writing by both parties. Additional orders will be place for each delivery either by phone or fax. Deliveries shall be made within 2 days of receipt of the telephone order. Orders will be placed by authorized Government Representatives (Contracting Officers or PCMS Cardholders. (See Section A.3). REPORTING REQUIREMENTS - 1. DELIVERY CONFIRAMTION - The Contractor shall provide a copy of the delivery slip upon delivery to the TR. The delivery slip shall state: 1) location of delivery; 2) the type of oil; 3) meter reading at start and end; 4) number of gallons delivered; 5) unit cost; 6) total amount; and 7) date of delivery and delivery person?s signature; AND 8) BPA Call number assigned by the Cardholder. 2. Invoice - An invoice shall be sent to the Cardholder who placed the order within five (5) business days after delivery. DELIVERIES - All deliveries shall be F.O.B. Destination, within Consignee's Premises, to the USDA field sites during the base performance period and any option period. Delivery shall be between the hours of 8:00 a.m. to 2:00 p.m., Monday through Friday, excl. Federal holidays. In case of inclement weather, the Contractor must call the designate Government representative to verify that the facility is open for delivery. PACKING AND SHIPPING - The Contractor shall deliver the shipment in such a manner that will ensure a safe delivery to the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination, Within Consignee's Premises clause. FAR 52.216-2 ECONOMIC PRICE ADJUSTMENT - The Contractor shall price the Option periods at the same price for the Base Performance Period. The Contract shall be modified on an annual basis for the cost of fuel increases or decreases. DESCRIPTIVE LITERATURE - The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. OTHER OFFEROR'S INFORMATION - A. Please complete the following: i. Our company [] does, [] does not accept a Government Visa Credit Card. ii. Our company [] does, [] does not accept a Government Purchase Order (PO). iii. Our company [] does, [] does not accept a Government Convenience Check. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (TR) at the time of contract award. The TR is responsible for administering the performance of work under this arrangement order. ADDITIONAL QUOTATION INFORMATION - Telegraphic or facsimile quotations ARE acceptable in accordance with FAR Clause 52.214-31. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition and is amended as follows: 1. Item (b) Submission of Offers is amended to include the following: The Offeror shall complete the -i. Standard Form 1449-1 - Complete Page 1, Blocks 12 and 17; Page 2, Block 17b; Page 3, Blocks 30a, 30b, and 30c.; Page 6, Item A.4 - insert Unit Prices and Amounts and provide contact information; acknowledgment of amendments (if any), pricing sheet(s), B.7 Offeror's Other Information; Evaluation Information in Section D.3 and D.4; and the Certifications at FAR 52.212-3 (D.6) to USDA, ARS, North Atlantic Area, Contracting Office, 600 E. Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. OFFERS MAY BE SENT EITHER BY MAIL OR FACSIMILE. All information shall be submitted to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038 or by Fax to (215) 233-6558. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) -(a) The Government will award a contract 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 and scored on a "Pass/Fail" basis and lowest price: Technical capability, past performance and price. Technical capability and past performance, when combined, are equal to price. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer=s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO FAR CLAUSE 52.212-2 - EVALUATION FACTORS FOR AWARD - Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers and will be scored on APass/Fail@: (1) Technical capability of the item offered to meet the Government requirement; (2) past performance; (3) Best Value: 4) Base Bid Cost; 5) Total Base & Option years; 6) Total price Per Gallon of Heating Fuel; 7) Additional Rebates; 8) Discounts for multiple Quantities; or 9) any combination of these items resulting in the best overall value to the Government. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. 1) TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on company profile, information for safety protocol and training of employees on safety spills, delivery timeframes, delivery time to location and Contracts agreements. Each offeror is required to furnish information or other documentation, and shows how the offered product and service meets or exceeds the requirements as specified in the Specifications. 2) PAST PERFORMANCE. Past performance history may be based on the Contracting Officer=s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror=s lack of performance history will not result in disqualification, but will result in a "PASS" on the past performance rating. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government=s Project Officer and Contracting Officer. 2. Contract number, type, dollar value, unit price, number of gallons, and cost. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. Past Performance will only be checked on the contractor that meets the technical requirements and is the lowest price. Past Performance will only be check on the offeror who meets the best value to the Government. 3) PRICE. Price includes all labor, product costs, equipment, supplies, services, discount terms, multiple quantities discounts, rebates, and transportation costs. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). (a) The Contracting Officer or the Contracting Officer=s Field Representative (FR) will inspect and accept the services and associated supplies provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, NAA DELIVERY LOCATIONS (see Section A.6). 2. Item (g) Invoice is amended to include the following: (a) To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2. Contract number; 3. Dun & Bradstreet Number (DUNS) No.; 4. Tax Identification Number (TIN); 5. Description, date of services performed, quantity of property and/or services actually rendered or delivered, unit price, and amount; 6. Payment terms; 7. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (b) The original invoice shall be submitted after deliveries are made and the invoice shall be mailed to: USDA, ARS, NAA, PSWMRU, Curtin Road, Bldg 3702, University Park, PA 16802, Attn: KAREN GARDNER OR DONITA GIBBONEY. 3. Item (i) Payments are amended to include the following: USDA, ARS requires all Contractor's to be registered in the Central Contractor's Registration (CCR) database for payments to be made through the Electronic Funds Transfer (EFT) Method. Also see FAR Clause 52.212-4, Item (t). FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERICAL ITEMS AND ADDENDA WHICH INCLUDES: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html. 52.203-6, 52.219-6, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-9, 52.225-3, 52.225-13, 52.232-33, 52.232-36, 52.204-4, 52.212-31, 52.214-34, 52.214-35, 52.216-2, 52.217-5, 52-217-6, 52.217-7, 52.217-8, 52.217-9, 52.223-5, 52.232-18, 52.232-19, 52.237-2, 52.242-17, 52.245-5, 52.246-20, 52.247.34 AGAR 452.204-70, INQUIRIES. Responses are due on SEPTEMBER 21, 2007 by 1:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038 OR BY FAX (215) 233-6558. The NAICS Code is 324110 with a size standard of 1,500 employees. This procurement is 100 Percent set-aside for Small Businesses. WE WILL ACCEPT YOUR QUESTIONS AND OFFER BY E-MAIL OR BY FAX. ADDITIONAL QUOTATION INFORMATION - 1. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.FBO.gov. 2. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. 3. Reference Solicitation No. RFQ AG-3615-S-07-0003. 4. OFFERS MAY BE FAXED TO (215) 233-6558 in accordance with FAR Clause 52.214-31.
 
Place of Performance
Address: USDA, ARS, Pasture Systems and Watershed Management Research Unit (PSWMRU), Curtin Road, Bldg. 3702, University Park, PA
Zip Code: 16802
Country: UNITED STATES
 
Record
SN01409102-W 20070919/070917220129 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.