Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

91 -- Indefinate Delivery/Indefinite Quantity Fuel Requirements Contract for Kenai National Wildlife Refuge, Soldotna, Alaska

Notice Date
12/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
701819R126
 
Response Due
12/16/2008
 
Archive Date
12/3/2009
 
Point of Contact
Eric L. Mead Contracting Officer 9077863818 eric_mead@fws.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; pricing proposals are being requested, and a separate written solicitation will not be issued. The Government is seeking pricing to provide a Base Year Indefinite Delivery, Indefinite Quantity Fuels Requirements Contract with Four (4) Option Periods which the Government may award in accordance with the terms of the resultant contract awarded following this solicitation. Contract award is anticipated to be approximately January 1, 2009, with a Base contract period of performance beginning January 1, 2009 and running through December 31, 2009, with option to extend for four additional option periods beginning January 1 of each year. It is anticipated that Option periods will continue for approximately 12 months per extension, if exercised. The solicitation number for this request is 70181-9-R126 and the solicitation is being issued as a request for pricing proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-28) and Federal Acquisition Regulation (FAR). This is a small business set-aside procurement, however all interested parties are encouraged to respond. This requirement is being advertised under NAISC classification code: 424720. SECTION B:BASE BID ITEMS: Contractor shall provide Aviation Fuel (AvGas 100LL) as outlined in Section C of this solicitation. Contractor shall provide, as required and ordered by authorized Government Officials, or on an automatic keep-full basis as instructed, all materials, equipment, delivery, production, applicable excise taxes, and services required. Contract period shall include a Base Year Period with Four (4) One-Year Optional extension periods. In accordance with the specifications and provisions contained herein, services shall be provided on an as-needed basis based upon the following Bid Schedule: __________________________________________________________________________________________ CLIN001- BASE PERIOD: Gallons 1 to 100 Gallons 101 to 200 Gallons 201 to 1,000 A. Aviation Fuel (AvGas) Price per Gallon $_________ $________ $_______ __________________________________________________________________________________________ CLIN002- OPTION PERIOD ONE: Gallons 1 to 100 Gallons 101 to 200 Gallons 201 to 1,000 A. Aviation Fuel (AvGas) Price per Gallon $_________ $________ $_______ ___________________________________________________________________________________________ CLIN003- OPTION PERIOD TWO: Gallons 1 to 100 Gallons 101 to 200 Gallons 201 to 1,000 A. Aviation Fuel (AvGas) Price per Gallon $_________ $________ $_______ ________________________________________________________________________________________CLIN004- OPTION PERIOD THREE: Gallons 1 to 100 Gallons 101 to 200 Gallons 201 to 1,000 A. Aviation Fuel (AvGas) Price per Gallon $_________ $________ $_______ ___________________________________________________________________________________________ CLIN005- OPTION PERIOD FOUR: Gallons 1 to 100 Gallons 101 to 200 Gallons 201 to 1,000 A. Aviation Fuel (AvGas) Price per Gallon $_________ $________ $_______ **NOTE: All fuel prices listed shall include Federal Excise tax if applicable. SECTION C : SCOPE OF WORK REQUIREMENTS: All fuel provided under the resultant contract shall be F.O.B. Destination, delivered and pumped into multiple bulk fuel tanks at the U.S. Fish and Wildlife Service's (USFWS) Kenai National Wildlife Refuge. Fuels requirements are for 100 Octane Low Lead AVGAS and Jet A Fuel. Delivery will be made within one (1) working day upon telephone request. Vehicle delivering the fuel must be properly placarded for the material being delivered, i.e., placard would indicate either "Jet A" or "AVGAS." Delivery will be made to two (2) locations as follows: A. Headquarters Lake, 1 Ski Hill Road, Soldotna AVGAS Only - One 1,000 gallon double wall tank. The tank is plumbed to a hose reel located in a fueling shed adjacent to the lake via double wall piping.Directions: From Funny River Road turn onto Ski Hill Road. Turn left at the second exit. Go through the blue gate and down to Headquarters Lake. B. Soldotna Airport, Soldotna AVGAS - One 1,000 Gallon double wall tank partially enclosed in a wood framed shed. Jet A Fuel - One 500 Gallon double wall tank partially enclosed in a plastic walled shed.Directions: From Funny River Road turn right into the Airport Main Entrance. Turn left onto the tarmac and Kenai NWR Hangar is last building on left. 1. FUEL TANK ACCESS: The Government will issue one (1) key that will access all tanks. Contractor will be responsible for replacement of locks if key is lost.2. SPILL CONTAINMENT SUPPLIES: Spill containment supplies are provided by the refuge and available for the contractor's use. The contractor will notify the Government within 30 days of specified supplies that are needed for replenishment. Spill protection equipment includes the following: a. CEP-SK95 Spill Kit (or equivalent product) which contains 100 oleophilic sorbent pads (3/8" x 17" x 19"), 10 sorbent pillows (3" x 18" x 24"), and 4 sorbent booms (5" x 10') in a 95-gallon poly overpack / recovery drum b. Dry Sorbent Material c. Sand / Sand Bags d. Tools (i.e., shovels, assorted clamps, etc.) e. Hydrocarbon-resistant PPE (including gloves, coveralls, safety boots, and safety glasses) 3. SPILL CONTAINMENT NOTIFICATION: In the event of any fuel spill, notify the Refuge immediately at (907) 262-7021. PROVISIONS AND CLAUSES: SPECIAL NOTES:The awarded Not-to-Exceed contract shall permit invoicing for all fuel purchases made in accordance with the statement of work. The Not-to-Exceed amount, in aggregate, for all fuel types per contract performance period, shall be not more than $25,000.00 or 5,000 gallons in aggregate annually. To protect the Contractor against inflationary increases in unleaded, heating fuel oil, and AvGas fuel prices over which neither the Government nor the Contractor has control, a base price for fuel will be determined as a base bid price per gallon for each fuel type. Beginning January 1, 2009, the Government shall compensate Contractor for any difference in excess of the fuel Base Price, dollar for dollar, for gallons of fuel used in accordance with FAR Clause 52.216-2, Economic Price Adjustment. The Not-to-Exceed amounts, and unit prices will be reviewed annually, for each Option Period, for pricing in accordance with FAR Clause 52.216-02, Economic Price Adjustment. The Contractor shall submit an invoice to the Government within thirty (30) business days after service or supplies are provided. FAR 52.216-2 ECONOMIC PRICE ADJUSTMENT -The Contractor shall price the Option periods at the same price for the Base Performance Period. The Not-to-Exceed Order shall be modified on an annual basis for the cost of fuel increases or decreases.(a) The Contractor warrants that the unit price stated in the Schedule for CLIN's #0001 through 0005 is not in excess of the Contractor's applicable established price in effect on the contract date for like quantities of the same item. The term "unit price" excludes any part of the price directly resulting from requirements for preservation, packaging, or packing beyond standard commercial practice. The term "established price'' means a price that--(1) Is an established catalog or market price for a commercial item sold in substantial quantities to the general public; and (2) Is the net price after applying any standard trade discounts offered by the Contractor.(b) The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to those items delivered on and after the effective date of the decrease in the Contractor's established price, and this contract shall be modified accordingly. (c) If the Contractor's applicable established price is increased after the contract date, the corresponding contract unit price shall be increased, upon the Contractor's written request to the Contracting Officer, by the same percentage that the established price is increased, and the contract shall be modified accordingly, subject to the following limitations:(1) The aggregate of the increases in any contract unit price under this clause shall not exceed 50 percent of the original contract unit price.(2) The increased contract unit price shall be effective-- (i) On the effective date of the increase in the applicable established price if the Contracting Officer receives the Contractor's written request within 10 days thereafter; or (ii) If the written request is received later, on the date the Contracting Officer receives the request.(3) The increased contract unit price shall not apply to quantities scheduled under the contract for delivery before the effective date of the increased contract unit price, unless failure to deliver before that date results from causes beyond the control and without the fault or negligence of the Contractor, within the meaning of the Default clause.(4) No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies the increase in the applicable established price.(5) Within 30 days after receipt of the Contractor's written request, the Contracting Officer may cancel, without liability to either party, any undelivered portion of the contract items affected by the requested increase.(d) During the time allowed for the cancellation provided for in subparagraph (c)(5) of this clause, and thereafter if there is no cancellation, the Contractor shall continue deliveries according to the contract delivery schedule, and the Government shall pay for such deliveries at the contract unit price, increased to the extent provided by paragraph (c) of this clause. The Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Provision found at FAR 52.216-02, Economic Price Adjustment shall be included in this solicitation to make changes for the cost of fuel increases or decreases. PROPOSAL EVALUATION CRITERIA: (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: 1) Lowest Total Price Per Gallon bid for each fuel type; 2) Ability of the successful contractor to provide all services and supplies as required;3) Additional Rebates and Discounts for multiple Quantities; 4) Or any combination of these items resulting in the best overall value to the Government (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. The Clause found at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Clause found at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. POINT OF CONTACT: This combined synopsis/solicitation is a request for competitive pricing proposals. Offeror's interested in submitting pricing proposals, or requiring additional information on this solicitation should contact: Eric L. Mead, Contracting Officer, US Fish and Wildlife Service, (907) 786-3818, fax (907) 786-3923, email: eric_mead@fws.gov. PROPOSAL SUBMISSION: Pricing Proposals must be received at the following address prior to the closing date of this solicitation. Closing date of this solicitation is December 16, 2008 at 2:00pm: US Fish and Wildlife Service Mail Stop-171 1011 East Tudor Rd Anchorage, AK 99503-6619 ADDITIONAL INFORMATION: Evaluation of proposals received will be made approximately five (5) days after the closing date of this solicitation. Contract award is estimated to be made within five (10) days following price proposal evaluation, on or about January 1, 2009. Contract award is anticipated to be approximately January 1, 2009, with contract period of performance beginning January 1, 2009 and running through December 31, 2009, with option to extend for four additional option periods beginning October 1st of each year. Each option extension, if exercised, will continue for approximately 12 months per option period. The Government intends to award a Base Year Indefinite Delivery, Indefinite Quantity Contract with Four (4) Option Periods which the Government may award in accordance with the terms of the resultant contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc9aeeaeb6a6d2488013e5533ea6bd75&tab=core&_cview=1)
 
Place of Performance
Address: Kenai, Alaska<br />
Zip Code: 99669<br />
 
Record
SN01712995-W 20081205/081203220631-dc9aeeaeb6a6d2488013e5533ea6bd75 (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.