Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
DOCUMENT

68 -- Establishment of Propane BPA - Propane PWS

Notice Date
11/21/2008
 
Notice Type
Propane PWS
 
NAICS
454312 — Liquefied Petroleum Gas (Bottled Gas) Dealers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA7012-08-T-0007
 
Archive Date
12/10/2008
 
Point of Contact
SrA Calvin Ishee, Phone: 202-767-7965, Maria B Williams,, Phone: 202-767-8103
 
E-Mail Address
calvin.ishee@afncr.af.mil, maria.williams@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-29. This is a 100% Small Business set-aside. The North American Industry Classification System code is 312112 at 500 employee size standard. Work shall be in accordance with attached Performance Work Statement. Contractor shall bid each line item as an all inclusive price. LINE ITEM: 0001: Provide 5 Gallon Sized Containers of Propane to Building 5682 on Bolling AFB, DC. Please provide pricing per individual unit based on that there will be an unknown quantity needed per month. tiny_mce_marker ___________. Please read the Performance Work Statement carefully and ensure the full work effort pricing shall be inclusive of each line item. PERFORMANCE WORK STATEMENT 1. DESCRIPTION OF SERVICES: The contractor shall provide all plant, labor, materials, equipment, transportation, supervision, and performance of all operations to fulfill the contract requirements and applicable clauses and specifications, provide propane to the JADOC, Facility 5682, and other locations as required. 1.1 Scope of Work. The contractor shall have experience in providing propane tank replacement services. The Service Requirements shall serve as general information only and shall not be construed to limit the contractor's responsibilities to comply with all applicable codes and regulations. All quantities in this statement of work are approximate and should be verified by the contractor. 1.1.1 Contractor shall provide propane tanks to the JADOC and other specified locations from from 1 December 2008 until 30 September 2013. This will be establishing a Blanket Purchase Agreement to provide an unknown quantity per month.. This will provide approximately five (3) propane tanks per specified site per month and/or as required. Services include as a minimum, a certified, clean, rust free, and damage free tanks. 1.1.2 The Contractor shall provide propane tanks on an as needed basis scheduled by the user, JADOC J4. 1.1.3 Contractor shall incur all cost of maintenance including labor, parts, travel, and such expenses as necessary to maintain equipment in operating condition, provided that the required repairs are not due to the fault or negligence of the government. 1.1.4 Contractor shall provide full on-site maintenance for all equipment items identified at JADOC compound, Facility 5682. All equipment currently placed under the existing maintenance service agreement should be certified in good operating condition. 1.1.5 Contractor shall incur all costs of damage to equipment and roadside recovery if vehicles require external support. 1.1.6 The contractor shall take all necessary precautions to ensure no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the Government's QAP and approved by the Contractor Officer (CO) at no additional cost to the government 1.2 CONTRACTOR REQUIREMENTS: The contractor shall provide supervision that is experienced and fully qualified. The supervisor shall maintain direct control and close surveillance of all contract personnel who are performing on the installation of all equipment identified in this contract. Supporting documentation of each employee classification/certification used on this contract shall be made available upon request. 1.3 PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. 1.4 SAFETY: The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 1.5 GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 1.6 HOURS OF OPERATION. Normal duty hours are from 0700 to 1600 hours Monday through Friday. The contractor shall perform the services required under this contract during the following hours: 0700-1600 Monday through Friday. 1.7 FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day Independence Day Thanksgiving Day Martin Luther King Jr. Birthday Veterans Day Christmas President's Day Labor Day Inauguration Day Memorial Day Columbus Day 1.8 SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. 1.8.1 Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall submit a master personnel roster on company letterhead to the Contract Administrator. The master roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. 1.8.1.1 Lost vehicle and entry passes shall be reported immediately to the visitor control center and the Contracting Officer. 1.9 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DoDI 3020.37. In the event the contractor is unable to perform their daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with the contract requirements. 1.10 COORDINATION. The point of contact for this project is SrA Calvin R. Ishee (202)767-8030, and/or LtCol Stephen Brozina 202-767-1065. 1.11 QUALITY ASSURANCE. The government shall evaluate the contractor's performance under this contract using the 100% Surveillance method to ensure compliance of all specifications and objectives stated in the Performance Work Statement and Industry Standards. 1.12 WARRANTY. Warranties under this contract shall include standard warranties offered to the general public. The contractor shall be responsible for replacing any warranty items within an appropriate period of such warranty. 2. SERVICE DELIVERY SUMMARY: N/A 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work FAR PROVISIONS INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, factors are: Lowest Price/Technical Acceptability, 52.215-1 Alt I Instructions to Offerors, Competitive, 52.215-5 Facsimile Proposals. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-36 Payment bu Third Party, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.246-1 Contractor Inspection Requirements, 52.2247-34 FOB Destination, 52.253-l Computer Generated Forms, 252.204-7004 Alt A Central Contractor Registration, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252. 223-7001 Hazardous Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.246-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7000 Material Inspection and Receiving Report, 252-247-7006 Removal of Contractor's Employees, 252-247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-28 Post-Award Small Business Program Representation, 52.223-11 Ozone-Depleting Substances, 52.232-23 Assignment of Claims, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 5352.242-9000 Contractor Access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must have a valid registration within the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SrA Calvin R Ishee, Contract Specialist, Ph 202-767-8030/202-404-7770, FAX 202-767-7896; e-mail: calvin.ishee@afncr.af.mil Original Point of Contact SrA Calvin R Ishee, Contract Specialist, Ph 202-767-8030/202-404-7770, FAX 202-767-7896; e-mail: calvin.ishee@afncr.af.mil Maria Williams, Contracting Officer, Ph 202-767-8103, FAX 202-767-7896, e-mail: maria.williams@afncr.af.mil Current Point of Contact SrA Calvin R Ishee, Contract Specialist, Ph 202-767-8030/202-404-7770, FAX 202-767-7896; e-mail: calvin.ishee@afncr.af.mil PLACE OF PERFORMANCE: Address: Building 5682, Bolling AFB, Washington DC
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6efe26cc5a1b4af2056d251f71bd4725&tab=core&_cview=1)
 
Document(s)
Propane PWS
 
File Name: Propane PWS (PWS Propane ISHEE FINAL.docx)
Link: https://www.fbo.gov//utils/view?id=cdcd3eb3a9390384429fda1b5b9366a5
Bytes: 22.30 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Address: Building 5682, Bolling AFB, Washington DC, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01708537-W 20081123/081121214957-6efe26cc5a1b4af2056d251f71bd4725 (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  © 1994-2020, Loren Data Corp.