Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

91 -- IDIQ Delivery of Propane to Camp Bullis, San Antonio, TX

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454312 — Liquefied Petroleum Gas (Bottled Gas) Dealers
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, Mission & Installation Contracting Center – Fort Sam Houston, Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J09PROPANE
 
Response Due
6/15/2009
 
Archive Date
8/14/2009
 
Point of Contact
Gary Stevens, 210-221-4968<br />
 
E-Mail Address
Mission & Installation Contracting Center ? Fort Sam Houston
(gary.l.stevens1@us.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W9124J-09-R-0016 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those included through Federal Acquisition Circular 2005-32.The NAICS Code is 454312 Liquefied Petroleum Gas (Bottled Gas) Dealers, Small Business Size Standard, 500 employees. This requirement is a 100% Small Business Set-aside. Requirement is for propane delivery and filling 39 propane tanks at Camp Bullis Military Base, San Antonio Texas 78258. The contract line item and quantity is as follows: CLIN 0001: fill 39 propane tanks, approximately 73,000 gals, on an as needed basis, standard tanks range in size from 250, 500 and 1,000 gallons during the period of 26 June 2009 through 25 June 2010. Delivery orders will be issued prior to each delivery. CLIN 1001: (OPTION 1) fill 39 propane tanks, approximately 73,000 gals, on an as needed basis, standard tanks range in size from 250, 500 and 1,000 gallons during the period of 26 June 2010 through 25 June 2011. CLIN 2001: (Option 2) fill 39 propane tanks, approximately 73,000 gals, on an as needed basis, standard tanks range in size from 250, 500 and 1,000 gallons during the period of 26 June 2011 through 25 June 2012. CLIN 3001: (Option 3) fill 39 propane tanks, approximately 73,000 gals, on an as needed basis, standard tanks range in size from 250, 500 and 1,000 gallons during the period of 26 June 2012 through 25 June 2013 CLIN 4001: (Option 4) fill 39 propane tanks, approximately 73,000 gals, on an as needed basis, standard tanks range in size from 250, 500 and 1,000 gallons during the period of 26 June 2013 through 25 June 2014. Price proposals shall be based on price per gallon of propane delivered as this will be a Firm Fixed Priced contract. Hazardous material data (Material Safety Data Sheets (MSDS) are required IAW 52.223-3. This requirement is Subject To Availability of Funds, IAW FAR Clause 52.232-19, Availability of Funds for the Next Fiscal Year, funds are not presently available for performance under this contract beyond 30 September 2009 with the requirement to begin 26 June 2009. For a complete performance work statement contact Gary Stevens at (210)221-4968 or email: gary.l.stevens1@us.army.mil. 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition. The addendum to this provision notes paragraphs (d), (e), and (h) do not apply to this solicitation. Evaluation will be made on the basis of low price, with no less than satisfactory past performance. Past Performance: The government will evaluate the quality and extent of the offerors performance deemed relevant to the requirements of this RFP. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources to assess performance. Provide at least one and no more than three (3) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three years. Relevant contracts include those with scope similar to the scope defined in this solicitation. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Full text of all provisions and clauses can be obtained online at http://www.arnet.gov/far or submission of the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the additional referenced clauses which follow are applicable to this acquisition: 52.209-6; 52.217-9, 52.219-6, 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39;52-223-3, 52.225-13 and 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, and the additional referenced clauses which follow are applicable to this acquisition: 252.225-7001; and 252.232-7003. Also applicable is 52.204-7, Central Contractor Registration and DFARS 252.204-7004 Alt A, Required Central Contractor Registration. 52.217-9 option to extend the term of the contract information for fill in blocks,(a) 30 days prior to expiration of current contract period; and 60 days before contract expires, (c) five years. Local provisions regarding payment and Alternate Dispute Resolution are applicable as shown below: DFAR 252.232-7010, Levies on Contract Payments. Quotes are due on or before 15 June, 2009 at 4:00 pm CST. Quotes and inquiries can be addressed to Gary Stevens at email address gary.l.stevens1@us.army.mil or phone: 210-221-4968. The contractor shall follow the procedures for electronic invoicing in accordance with Wide Area WorkFlow (WAWF) at https://wawf.eb.mil (POC is Electronic Business Operational Support Team 866-618-5988).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W9124J09PROPANE/listing.html)
 
Place of Performance
Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01823471-W 20090522/090521002624-47acaf79a930cbe0d5eb4aa389d04b43 (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.