Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

68 -- Supply and Delivery Of Liquid Propane

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R10T1072
 
Response Due
9/13/2010
 
Archive Date
11/12/2010
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - YPG
(kimberly.ross3@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. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, Effective 02 Aug 2010 (includes 2005-44, 08 Jul 2010) and Defense Federal Acquisition Regulation Supplement (DFARS), current to DCN 20100820 (Amended) Edition. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. The solicitation is issued as a 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 325120 with a size standard of 1,000 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Quotes are being solicited on a Lowest Price Technically Acceptable (LPTA) basis. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meets or exceeds all of the minimum salient characteristics as set forth in the Performance Work Statement (PWS), see Attachment 1. Pursuant to FAR 52.212-2, 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. The Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability and conformance to the PWS. Those offers determined to meet the minimum specifications will then be evaluated for price. The Period of Performance (POP) is one base year and 4 one-year options, for a potential five years, subject to the availability of funds in accordance with FAR 52.232-18. The quotation shall consist of Contract Line Item Numbers (CLIN), description, and price, identified in Attachment 2. CLIN 0001, LIQUID PROPANE, estimate 30,000 Gallon per year, to be delivered to locations specified in Schedule A (Attachment 3). CLIN 0002, EMERGENCY SERVICES, to provide Emergency Service for Bleed Off for Liquid Propane tanks on as needed basis. CLIN 0003, INSPECTION, PREVENTATIVE MAINTENANCE, AND CERTIFICATION, to provide annual inspection, preventative maintenance, repair of essential parts (i.e. gauges, valves, gaskets), and certification of the propane tanks. The contractor is responsible for providing all personnel, management, supplies, and equipment that is necessary to provide liquid propane, emergency bleed off, inspection, preventative maintenance, repair, and certification. All proposals shall include transportation costs to U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ 85365. Pursuant to FAR 52.216-2, Economic Price Adjustments for the CLINs shall be filed with the administering contracting office annually, if required. The CSS, Attachments 1 (PWS), 2 (CLINs), 3 (Schedule A), and any other documentation is located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number #W9124R-10-T-1072 and emailed to the POC listed below or sent by facsimile to 928-328-6534 no later than 13 September 2010 at 3:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 07 September 2010 at 11:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and email address; (3) A completed copy of FAR 52.212-3, Representations and Certifications with Alternate I; or if you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), you are only required to submit a signed copy of FAR Clause 52.212-3(b); (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the PWS; (5) A completed copy of Attachment 2 (proposed price to include transportation costs). Arizona vendors are to include the Arizona Transaction Privilege Tax, if applicable; (6) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (7) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions 52.212-1, Instructions to Offerors of Commercial items (Jun 2008); 52.212-3, Offorer Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Website at http://farsite.hill.af.mil/vffara.htm, locate the referenced provision, copy and paste it to a Word document and complete. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010) applies to this acquisition. FAR 52.216-2, Economic Price Adjustment -- Standard Supplies (Jan 1997); 52.217-5, Evaluation of Options (Jul 1990); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 52.232-18, Availability of Funds (Apr 1984); and 52.247-34, FOB Destination (Nov 1991) are added by addendum. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Jul 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post-Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-54, Employment Eligibility Verification (Jan 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.232-36, Payment Third Party (Feb 2010). DFARS Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition. Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition are FAR 52.203-3, Gratuities (APR 1984); DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 252.225-7020 Trade Agreements Certificate (JAN 2005)252.225-7021, Trade Agreements (APR 2010); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS clauses 252.211-7003, Item Identification and Validation (Aug 2008); and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum. If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dac6653e6ca98fbf240bbffdb62bf5be)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02260621-W 20100901/100830235456-dac6653e6ca98fbf240bbffdb62bf5be (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.