Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
DOCUMENT

91 -- 640-13-2-5060-0017 Diesel Fuel, Red Dye #2 - Attachment

Notice Date
4/11/2013
 
Notice Type
Attachment
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26113R0992
 
Response Due
4/19/2013
 
Archive Date
7/18/2013
 
Point of Contact
tony.schmidt@va.gov
 
E-Mail Address
Contract Specialist
(tony.schmidt@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This document 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 The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to the date listed in FedBizOpps will be considered by the Government. The NAICS code is 324110 and the size standard is 1500 Employees. This requirement is 100% set aside for small business concerns. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. Only responses sent electronically are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION/ESTIMATED ANNUAL QTY/UNIT/UNIT PRICE IN ADDITION TO OPIS PRICE 0001 64,800 GALOPIS + $___________________/Gallon Statement of Work 1.Tasks 1.1.The Contractor shall deliver #2 DIESEL OIL, RED DYED, FOB Destination, in quantities specified by orders under this Indefinite Delivery Indefinite Quantity Contract (IDIQ) to the VA Palo Alto Health Care System (VAPAHCS) and its divisional locations. 1.1.1.The VAPAHCS has three locations with varying tanks. All fuel tanks are above ground. 1.1.1.1.Menlo Park Division - three tanks 1.1.1.1.1.Building 114 - 3,200 gallons 1.1.1.1.2.Building 329 - 15,200 gallons 1.1.1.1.3.Building 347 - 11,200 gallons 1.1.1.2.Palo Alto Division - two tanks 1.1.1.2.1.Building 7 - 14,400 gallons 1.1.1.2.2.Building 40 - 5,600 gallons 1.1.1.3.Livermore Division - two tanks 1.1.1.3.1.Building 88 - 4,000 gallons 1.1.1.3.2.Building 90 - 11,200 gallons 1.1.2.Price shall be determined by the 10:00am ET price from the OPIS Gross Carb Ultra Low Sulfur Distillate, No. 2 RD Unbranded Rack Average for the San Jose Rack on the day of delivery for an given plus a fixed per gallon price proposed by the contractor prior to award of the IDIQ. For example, OPIS + $0.059/gallon. All fuel orders shall be delivered based on this price. 1.2.This Contract will expire after five (5) years of award or after $486,000.00 worth of fuel is purchased, whichever comes first. 1.2.1.After contract expiration, no additional orders may be placed under this contract; however, this contract will remain in effect until all orders placed under this contract are fulfilled. 1.3.Orders 1.3.1.The VA shall place written orders against the resulting IDIQ. 1.3.1.1.In an emergency, the VA may place an oral order for fuel. In these situations, the VA shall provide a Delivery Order and Obligation number. Contractor shall not make delivery without these two numbers. 1.3.1.2.The VA shall provide a written order to definitize any oral order placed under this contract once a written order is signed by the Contracting Officer. 1.3.2.Individuals Authorized to Purchase Under This Contract. 1.3.2.1.All VA Network Contracting Office 21 Contracting Officers are authorized to purchase under this Contract. 1.3.2.2.Each individual order may add additional, mutually-agreeable terms and conditions; so long they do not conflict with the parent contract. 1.3.2.3.Contractor shall not accept any instructions issued by any other person(s) than a warranted Contracting Officer. 1.3.2.4.The VA POC or designee may schedule deliveries based on orders for fuel signed by the Contracting Officer, as long as there are still funds available on said order. 1.4.Delivery requirements. 1.4.1.Delivery, acceptance, and FOB Destination Point: 1.4.1.1.DELIVERY ADDRESSES: 1.4.1.1.1.Menlo Park Division 795 Willow Road Menlo Park, CA 94025 1.4.1.1.2.Palo Alto Division 3801 Miranda Avenue Palo Alto, CA 94304-1290 1.4.1.1.3.Livermore Division 4951 Arroyo Road Livermore, CA 94550 1.4.2.All deliveries under this contract shall be made within seven (7) days from receipt of order. If the delivery day falls on a holiday, the contractor must then deliver on the next business day. Individual orders may indicate different delivery requirements. 1.4.3.Delivery must take place during normal business hours, between 0730 and 1600. 1.4.4.There are no restrictions on truck size accessibility to the fuel tanks, but ALL trucks must enter through the 43rd Street entrance. Hose length should be approx. 25 - 30 feet. 1.4.5.Contractor shall coordinate delivery with the VA Point of Contact and Operations Department prior to all deliveries. 1.4.5.1.VA POC: PROVIDED AT TIME OF AWARD. 1.4.5.2.Operations Office: Garrett Hebert: 415-221-4810, Ext. 5421 1.5.Contractor shall follow all VAPAHCS safety procedures for off-loading the product on the VAPAHCS sites. 1.5.1.Contractor shall ensure that the delivery area is clean of any product spill or other debris as a result of the contracted service. If a large spill occurs (> one gallon), contractor personnel shall immediately notify VA Personnel, and take appropriate action to contain any and all product spillage. 2.Quantities: 2.1.Minimum Quantity 2.1.1.The government shall order and the contractor shall furnish at least 10,000 gallons of the fuel described in 1.1. 2.2.Maximum Quantity 2.2.1.The government shall order and the contractor shall furnish no more than $486,000.00 worth of fuel under this contract. 2.3.Average Quantity 2.3.1.The average quantity per delivery will be approx. 9,000 gallons. 3.Extent of Obligation 3.1.This Contract does not obligate any funds. Only Delivery orders made against this contract shall obligate funds. The Government shall only be obligated by those orders. 4.Delivery Tickets 4.1.All deliveries under this Contract shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: 4.1.1.Name of Supplier 4.1.2.Contract number 4.1.3.Obligation Number 4.1.4.Date of Purchase 4.1.5.Name of VA Official making purchase 4.1.6.Purchase number 4.1.7.Itemized list of supplies or services furnished 4.1.8.Quantity, unit price, and extension for each item, less applicable discounts 4.1.9.Date of delivery. 4.1.10.Delivery Location 5.Invoices 5.1.An itemized invoice shall be submitted at least monthly or upon expiration of this Contract, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. (End of Statement) Offers are due to tony.schmidt@va.gov by the date specified in FedBizOpps at 3:00 pm PDT. Evaluation Award shall be made to the lowest price, responsible offeror that fully responds to the solicitation. Low price shall be determined by evaluating the proposed per gallon price added to the OPIS average identified above. In determining responsibility, the Government may use information, other than the information provided by the offeror. The Government intends to make award without discussions; however, the Government reserves the right to designate a competitive range and open discussions if necessary. The decision to designate a competitive range and open discussions is solely within the Government's discretion. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items (m) Offerors shall provide their proposal in two volumes: Cost/Price and Responsibility. (1)Instructions for Cost/Price Volume (i)Offerors shall propose a per gallon price to be added to the OPIS average identified above to be used in all deliveries against this contract. (ii)Offerors shall return page three of this solicitation, with their proposed price, as part of their offer. (2)Instructions for Responsibility Volume (i)In the Responsibility Volume of the proposal, offerors shall provide evidence they have the following: (A)Adequate financial resources to perform the contract, or the ability to obtain them. (B)Be able to comply with the required delivery schedule, taking into account all existing commercial and governmental business commitments. (C)Have a satisfactory record of integrity and business ethics. (D)Have the necessary organization, experience, accounting, operational controls, and technical skills or, the ability to obtain them (including quality assurance measures, safety programs applicable to the items to be delivered, and services to be performed by any prospective subcontractors. (E)Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. (ii)Offerors shall provide up to three (3) recent (within the last three years) contracts which are similar in scope, magnitude, and complexity to the subject requirement. The proposal shall include: (A)Government Agency/Company which awarded contract to offeror (B)Contract Number (C)Description of Contract Scope (D)Total Dollar Value (E)Performance Period (F)Place of Performance (G)Contracting Officer/Procurement Official. (I)Name (II)Email (III)Phone Number (IV)Address (End of Addendum) SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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 this/these address(es): http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2012) For the purposes of this clause, items (b) 1, 4, 6, 12(ii), 23, 26-33, 38, 42, and 48 are considered checked and apply. FAR 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 award through expiration in accordance with paragraph 1.2 of the Statement of Work. (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) FAR 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 10,000 gallons, 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 $486,000.00; (2) Any order for a combination of items in excess of $486,000.00; or (3) A series of orders from the same ordering office within ten (10) days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (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) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 seven (7) 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) FAR 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 90 days after expiration date. (End of Clause) FAR 52.223-3 Hazardous Material Identification and Material Safety Data-Alternate I (Jul 1995) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 09/30/2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 09/30/2013, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.216-70 Estimated Quantities (Apr 1984) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26113R0992/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-13-R-0992 VA261-13-R-0992.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=701806&FileName=VA261-13-R-0992-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=701806&FileName=VA261-13-R-0992-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03034134-W 20130413/130411234809-14d3a6cbbfdde00913ee6be6ec3124d3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.