Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

38 -- The Government has a requirement for Propane Delivery on Fort Carson,CO.

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454312 — Liquefied Petroleum Gas (Bottled Gas) Dealers
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-11-T-0153
 
Response Due
6/15/2011
 
Archive Date
8/14/2011
 
Point of Contact
Nicole Mintus, 526-3841
 
E-Mail Address
MICC - Fort Carson
(nicole.mintus@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 for commercial items prepared in accordance with the format in FAR 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 solicitation is issued as a Request for Proposals (RFP), solicitation number W911RZ-11-T-0153 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. The North American Industrial Classification System (NAICS) number is 454312 and the business size standard is 500 employees. The proposed acquisition is reserved 100% for small business concerns. LINE ITEM/DESCRIPTION: Post-wide Propane for Fort Carson, CO. Base Year Period of Performance is one year with up to four possible one-year option periods. ** Quantities are estimates only. Actual quantities ordered each year may vary. ** 0001 Post-wide Propane -Base Year POP: 1 Aug 2011- 31 July 2012 Supply propane for Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 0002Propane Delivery - Base Year POP: 1 Aug 2011- 31 July 2012 Deliver propane purchased under CLIN 0001 throughout Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 1001 Post-wide Propane -Opt 1 POP: 1 Aug 2012- 31 July 2013 Supply propane for Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 1002Propane Delivery - Opt 1 POP: 1 Aug 2012- 31 July 2013 Deliver propane purchased under CLIN 1001 throughout Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 2001 Post-wide Propane -Opt 2 POP: 1 Aug 2013- 31 July 2014 Supply propane for Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 2002Propane Delivery - Opt 2 POP: 1 Aug 2013- 31 July 2014 Deliver propane purchased under CLIN 2001 throughout Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 3001 Post-wide Propane-Opt 3 POP: 1 Aug 2014- 31 July 2015 Supply propane for Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 3002Propane Delivery - Opt 3 POP: 1 Aug 2014- 31 July 2015 Deliver propane purchased under CLIN 3001 throughout Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 4001 Post-wide Propane -Opt 4 POP: 1 Aug 2015- 31 July 2016 Supply propane for Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: 4002Propane Delivery - Opt 4 POP: 1 Aug 2015- 31 July 2016 Deliver propane purchased under CLIN 4001 throughout Fort Carson in accordance with the attached specifications. Qty Est: 170,000 Unit: gallons Unit Price: Total Price: The Government intends to make a single contract award. TOTAL CONTRACT VALUE The minimum quantity and order value for the contract shall not be less than the minimum quantity in the following table. The maximum quantity shall not exceed the maximum quantity stated in the following table. MINIMUM QUANTITY MINIMUM AMOUNT MAXIMUM QUANTITY MAXIMUM AMOUNT 7,625 gallons1,000,000 gallons The Base Year minimum is 7,625 gallons. There is no minimum quantity for the option years. The anticipated maximum quantity for the base and each option year is 200,000 gallons. However, the individual year quantities may be exceeded, but in no event shall the overall maximum quantity of 1,000,000 gallons for the entire contract be exceeded. HISTORICAL DATA: For informational purposes only. Gallons of Propane Contract year 2009Gallons Contract year 2010Gallons Contract year 2011Gallons Aug-08401.2Sep-091322.6Aug-101430.7 Oct-081691.9Sep-09(2)847Aug-10(2)1930.7 Nov-0821044.8Aug-09300.3Sep-101383.9 Dec-0811424.8Oct-095736.9Oct-101812.6 Dec- 08(2)3664.3Oct-09(2)10873.6Oct-10(2)1911.7 Jan-0923023.2Nov-097102Nov-107926.9 Jan-09(2)5875.8Nov-09(2)9819.9Nov-10(2)13371.5 Feb-0913824.8Dec-099686.7Dec-1016213.8 Feb-09(2)6665.7Dec-09(2)23197.4Dec-10(2)8755.6 Mar-098991.6Jan-1016305.8Jan-1116042.4 Mar-09(2)4372.2Jan-10(2)9527.7Jan-11(2)11808.1 Apr-0914494.1Feb-1015683.1Feb-1118920.3 Apr-09(2)6887.9Feb-10(2)14763.5Feb-11(2)7648.1 May-092731.7Mar-1011499.2Mar-119419.1 May-09(2)1687.8Mar-10(2)12551.2Mar-11(2)15181.5 Jun-091328.3Apr-106849.7 Jun-09(2)1759.9Apr-10(2)4354.3 Jul-09419.1May-102879.8 May-10(2)1803.7 130289.1Jun-104651.2 Jun-10(2)1752 Jul-101013.6 Jul-10(2)910.6 173431.8 The following provisions are applicable to this acquisition: 52.209-7 Information regarding responsibility matters 52.212-1 Instructions to Offerors Commercial Items By the time specified in the solicitation for receipt of offers, the offeror shall submit a proposal on company letterhead that includes the solicitation number; name, address, and telephone number of the offeror; and pricing for all items in the schedule above, including total. The offeror shall also include any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation amendments (if any), and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx. PAST PERFORMANCE INFORMATION. The offeror shall provide information concerning three to five of the most relevant contracts performed for Federal agencies and commercial customers within three years before the date for the Government's receipt of proposals. (Offerors with less than three relevant previous contracts shall provide information on as many as available. Offerors without relevant contracts shall so indicate.) Relevant contracts are those that reflect that the offeror has the capability to perform the requirements stated in this solicitation. Contracts in which the contractor performed work of a similar scope, magnitude, and complexity as those required under this solicitation will be given greater weight in the past performance evaluation than those of a lesser or different scope. Contracts that provided all aspects of the work required by this solicitation will be given greater weight than those for only portions of the work required. More recent contracts will be given greater weight than older ones. The evaluation of past performance will take into account information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this acquisition. In addition, the Government may use past performance information obtained from other than that provided by the offeror. Past performance information is limited to no more than two pages per contract listed. Information submitted should contain at least the following for each contract/reference: - Contract number. - Period of Performance. - Contract Type (e.g., fixed price, time-and-materials, etc.) - Government or commercial contract and the dollar amount. - Summary description of any subcontractor and the scope of involvement. - Contracting agency or company, including name and telephone number of contract administrator, buyer or contracting officer. - Description of amount of propane supplied and delivery requirements. 52.212-2 Evaluation-Commercial Items (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: lowest price technically acceptable, considering past performance. Past performance will be evaluated as acceptable or unacceptable. (Offerors with no relevant past performance will be evaluated as acceptable.) (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. 52.212-3 Offeror Representations and Certifications- Commercial Items ALT I 52.223-13 Certification of Toxic Chemical Release Reporting 52.233-2 Service of Protest Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Amy Franklin, Contracting Officer, MICC-Directorate of Contracting, 1676 Evans St. Bldg. 1220, 3rd fl, Fort Carson, CO 80913-5198. The copy of any protest shall be received in the office designated above within one day after filing a protest with the GAO. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7031 Secondary Arab Boycott of Israel The following FAR clauses are applicable to this acquisition: 52.202-1 Definitions 52.204-7 Central Contractor Registration 52.209-9 Updates of publicly available information re: responsibility matters 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. FAR clauses cited in this clause applicable to this acquisition are: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.209-6 Protecting the Government's Interest when sub contracting 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business set aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 454312. 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 52.222-35 Equal Opportunity for Special Disabled Veterans of Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers With Disabilities 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans 52.222-40 Notification of Employee Rights under National Labor Relations Act 52.216-2 Economic Price Adjustment-Standard Supplies 52.223-5 Pollution prevention and right to know information 52.223-10 Waste Reduction Program 52.223-14 Toxic Chemical Releasing 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance Work on Government Installation 52.229-3 Federal State and Local Taxes 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. 52.237-2 Protection of Government Buildings, Equipment & Vegetation 52.247-34 FOB Destination 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option, fourth option and one-half of the fourth option. Offerors are required only to price the base and four options. Offerors shall not submit a price for the potential one-half year extension of services period 52.217-9 Option to Extend Term of Contract a) The Government may extend the term of this contract by written notice to the Contractor within no later than 15 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months. 52.252-2 Clauses Included by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil/vffara.htm, http://farsite.hill.af.mil/VFDFARA.HTM, http://farsite.hill.af.mil/vfafara.htm 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 August 2011-31 January 2017, if all options are exercised. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 200,000 gallons; (2) Any order for a combination of items in excess of 200,000 gallons; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause)52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 Jan 2017. The following DFARS clauses are applicable to this acquisition: 252.204-7004 Alt A Central Contractor Registration Alternate A 252.212-7000 Offeror Representations & Certifications Commercial Items 252.209-7004 Subcontracting with Firms that are Owned or Controlled by a Terrorist Country 252.211-7003 ALT I Item Identification and Valuation 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional clauses cited in this clause applicable to this acquisition are: 52.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.225-7012 Preference for Certain Domestic Commodities 252.243-7002 Requests for Equitable Adjustment 252.247-7023 ALT III Transportation of Supplies by Sea 252-225-7002 Qualifying Country Sources as Subcontractors The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Local Information: ALTERNATE DISPUTES RESOLUTION: In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (g) the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. FIRE PREVENTION: The Contractor shall comply with fire prevention practices as set forth by the National Fire Protection Association in the National Fire Code and other recognized fire prevention agencies and post regulations. AMC-LEVEL PROTEST PROGRAM (NOV 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. All questions regarding this solicitation must be received in writing via e-mail to Nicole M. Mintus at nicole.mintus@us.army.mil no later than (NLT) 12:00 PM MT 1 June 2011. Offers shall be received no later than 4:00 PM MDT, 15 June 2011. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Proposals via e-mail are to be submitted to nicole.mintus@us.army.mil, or those in person TO: Nicole M. Mintus, Contract Specialist, and those by mail mailed to MICC, Directorate of Contracting, ATTN: MICC- Ft. Carson / Nicole M. Mintus, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Please contact Amy Franklin, Contracting Officer, 719-526-0813 or email to Amy.W.Franklin@us.army.mil in the absence of Nicole M. Mintus. All proposals regardless of method of transmission must be received no later than 4pm MDT 7 June 2011. EXHIBITS AND ATTACHMENTS Attachment 1: Specifications Attachment 2: Tank Inventory 12 April 11
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93a7aaf2c18ce4b88135778e93e9f4ad)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02459887-W 20110602/110531234028-93a7aaf2c18ce4b88135778e93e9f4ad (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.