Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

91 -- DIESEL/UNLEADED FUEL - MISSISSIPPI

Notice Date
2/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
W464807Y
 
Response Due
2/27/2009 4:00:00 PM
 
Point of Contact
MARY PETRUZZO,, Phone: 202-646-2603, Carolyn A. Abney,, Phone: 202-646-4654
 
E-Mail Address
MARY.PETRUZZO@DHS.GOV, carolyn.abney@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
FOR EASE OF READING THIS ANNOUNCEMENT IS ALSO PROVIDED AS A WORD ATTACHMENT. 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; quotations are being requested and a written solicitation will not be issued. W464807Y is issued as a Request for Quotation (RFQ) pursuant to FAR Part 12.6. It is anticipated that one (1) indefinite delivery indefinite quantity contracts will result from this synopsis/solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a Total Small Business Set-aside and the associated NAICS code is 424710. The small business size standard is 100 employees. Contract Line Item Number (CLIN) 0001 - Base Year - The period of performance is 3/14/09 - 3/13/10. The contractor shall provide off road diesel fuel to FEMA sites located throughout the state of Mississippi. The current delivery addresses are included in this line item but additional locations may be added within the state of Mississippi; delivery shall be made approximately one (1) time per month on an as needed, on-call basis. Delivery shall be made within 72 hours of request for delivery. The minimum quantity is 1,200 gallons per year; the maximum quantity is 30,000 gallons per year. Current delivery addresses: FEMA/THU, 246 Brooklyn RD, Purvis, MS 39475; FEMA/THU, 2000 Carnes Road, Brooklyn, MS 39425; FEMA/THU, 335 Hickory Grove Rd., Lumberton, MS 39455; FEMA/THU, 86 Grady Brown Rd, Lumberton, MS 39455; FEMA/THU, 1817 Hwy 43, Columbia, MS 39429; CLIN 0002 - Base Year - The period of performance is 3/14/09 - 3/13/10. The contractor shall provide regular unleaded gasoline to FEMA sites located throughout the state of Mississippi. The current delivery addresses are included in this line item but additional locations may be added within the state of Mississippi; delivery shall be made approximately one (1) time per month on an as needed, on-call basis. Delivery shall be made within 72 hours of request for delivery. The minimum quantity is 1,200 gallons per year; the maximum quantity is 30,000 gallons per year. Current delivery addresses: Same as CLIN 0001 CLIN 0003 Option Year 1 - The period of performance is 3/14/10 - 3/13/11. The contractor shall provide off road diesel fuel to FEMA sites located throughout the state of Mississippi. The delivery address will be identified in the specific task order; delivery shall be made approximately one (1) time per month on an as needed, on-call basis. Delivery shall be made within 72 hours of request for delivery. The minimum quantity is 1,200 gallons per year; the maximum quantity is 30,000 gallons per year. CLIN 0004 Option Year 1 - The period of performance is 3/14/10 - 3/13/11. The contractor shall provide regular unleaded gasoline to FEMA sites located throughout the state of Mississippi. The delivery address will be identified in the specific task order; delivery shall be made approximately one (1) time per month on an as needed, on-call basis. Delivery shall be made within 72 hours of request for delivery. The minimum quantity is 1,200 gallons per year; the maximum quantity is 30,000 gallons per year. CLIN 0005 Option Year 2 - The period of performance is 3/14/11 - 3/13/12. The contractor shall provide off road diesel fuel to FEMA sites located throughout the state of Mississippi. The delivery addresses will be identified in the specific task order; delivery shall be made approximately one (1) time per month on an as needed, on-call basis. Delivery shall be made within 72 hours of request for delivery. The minimum quantity is 1,200 gallons per year; the maximum quantity is 30,000 gallons per year. CLIN 0006 Option Year 2 - The period of performance is 3/14/11 - 3/13/12. The contractor shall provide regular unleaded gasoline to FEMA sites located throughout the state of Mississippi. The delivery address will be identified in the specific task order; delivery shall be made approximately one (1) time per month on an as needed, on-call basis. Delivery shall be made within 72 hours of request for delivery. The minimum quantity is 1,200 gallons per year; the maximum quantity is 30,000 gallons per year. Ordering instructions: The Government will issue task orders which will include the information required by FAR 16.505(a)(6). The task order will provide funding for the estimated number of gallons at the prices established in the contract and the contractor shall bill the Government for only the quantity delivered. Instructions to Offerors: Offerors shall provide a quotation that includes: 1) The price per gallon of fuel will be based on the OPIS rack price by brand on the specific date the fuel is loaded at the refinery. The Offeror shall provide with it's quote the fixed mark-up price per gallon per CLIN (i.e., the quotation should include CLIN 0001, 0002, 0003, etc... to show the fixed mark-up price per gallon). 2) The contractor shall provide three (3) past performance references for similar services to include the point of contact name, phone and contract number under which services were provided. If no past performance exists, the offeror shall state this in the quotation. Clauses: The full Federal Acquisition Regulation (FAR) clause text may be found at: http://www.arnet.gov/far/ The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. 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: past performance and price. Past performance is more important than price. As past performance merits become equal among offerors, then price becomes more important than past performance. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In addition, the following FAR clauses are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-1, Buy American Act--Supplies (June 2003) (41 U.S.C. 10a-10d); 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). Additional contract requirements included by reference: 52.216-22 Indefinite Quantity (Oct 1995), para (c) fill-in 3/13/12; 52.217-9 Option to Extend the Term of the Contract (Mar 2000), fill-in (a) 7 days and 30 days, fill-in (c) three years. The contractor shall provide information for the following clauses: 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997); 52.212-4, Contract Terms and Conditions-Commercial Items Response Date: Quotations are due February 25, 2008 not later than 3:00pm Eastern Standard Time. Quotations will be accepted via electronic media or postal mail to the following; electronically to Mary.Petruzzo@dhs.gov or; fax to 202-646-3318. Offerors are encouraged to confirm receipt of the quotation. Please contact Ms. Mary M. Petruzzo, Contracting Officer, at 202-646-2603 or mary.petruzzo@dhs.gov with questions related to this notice. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-02-17 13:34:47">Feb 17, 2009 1:34 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-02-24 10:46:13">Feb 24, 2009 10:46 am Track Changes AMENDMENT 0001- Question/Answer No. 1: The purpose of this amendment is to clarify the fuel size tank at each location. At each location there is one (1) 500 gallon regular unleaded gasoline tank and one (1) 500 gallon diesel fuel tank, EXCEPT for FEMA/THU, 335 Hickory Grove Rd, Lumberton, MS 39455 at which there is one (1) 500 gallon regular unleaded gasoline tank and one (1) 1,000 gallon diesel fuel tank. Amendment 0002 - "Instructions to Offerors" has been modified to state that the offeror must provide a per gallon mark-up per CLIN (0001 through 0006). The Government will pay the current OPIS price at the time of delivery plus the accepted mark-up price. The Equitable Price Adjustment clause has been deleted and does not apply to this acquisition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=927577e2dc3edefe0acce6a2b5a9eadc&tab=core&_cview=1)
 
Place of Performance
Address: Various locations throughout Mississippi, United States
 
Record
SN01756112-W 20090226/090224221402-927577e2dc3edefe0acce6a2b5a9eadc (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.