Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

91 -- Liquefied Petroleum Gas (Propane Gas), Fort Buchanan, Puerto Rico

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
MICC - Fort Buchanan (RC), Bldg. 399, 218 Brook Street, Fort Buchanan, PR 00934-4206
 
ZIP Code
00934-4206
 
Solicitation Number
0010528970
 
Response Due
9/22/2014
 
Archive Date
11/17/2014
 
Point of Contact
Baryan Sierra, 787-707-3558
 
E-Mail Address
MICC - Fort Buchanan (RC)
(baryan.a.sierra.civ@mail.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. ATTENTION TO POTENTIAL OFFERORS The MICC-Fort Buchanan, 399 Chrisman Rd Ste 101, Fort Buchanan, PR 00934-4206 is issuing a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit your quote based on all information provided for this Request for Quote (RFQ). Submit written quote via email (oral and/or faxed quotes will not be accepted) The RFQ reference Number 0010528970. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 dtd May 10, 2012. This requirement is set-aside for small business. This requirement was determined to be classified under North American Industrial Classification System (NAICS) code 324110, Petroleum Refineries, with a small business size standard of 1,500 employees. Description: Liquefied Petroleum Gas (Propane Gas) to be delivered to the following buildings in Fort Buchanan, PR for the period of 29 Sep 2014 through 28 Sep 2015: Facility# of tanks and sizeService a.172 Golf Course Club House 1 each / 120 gals tankmonthly b.660 Community Club 3 each / 120 gals tanksbi-weekly (Thursday) c.689 AAFES/PX Food Court 2 each / 1,000 gals tanksbi-weekly (Thursday) The Contract Line Item is described as follows: CLIN: Liquefied Petroleum Gas Est. Quantity: 21,000 Gallon Price per Unit: Total Amount: EACH PRICE SHALL INCLUDES ANY/ALL RELATED ASSOCIATED COST AND SERVICE FEE, IF APPLICABLE Quotes are due by 10:00AM on 22 September 2014 and must be valid for at least 90 days. Vendors shall submit the quote with appropriate signature. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The following addenda are made to this provision: Paragraphs (D), (E), (H), (I) AND (L) are hereby deleted from the referenced provisions. See FAR 52.204-7 which adds to Paragraph K PARAGRAPH (C) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. PARAGRAPH (G) Contract Award: BASIS FOR AWARD: Award will be made only after agreement has been reached on all terms and conditions and a fair market value for the services to be acquired at the Lowest Price Technically Acceptable. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (2), (23-32), (40),(45 ), (47-48), ((c)1-3). The following additional contract clauses apply to this acquisition: (1) FAR 52.204-4, Printed or Double-Sided on Recycled Paper (MAY 2011) (2) FAR 52.204-7, System for Award Management (JUL 2013) (3) FAR 52.204-13, System for Award Management Maintenance (JUL 2013) (4) FAR 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2011) (5) FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) (6) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) (7) FAR 52.242-13, Bankruptcy (JUL 1995) (8) 52.247-34, F.O.B Destination (NOV 1991) (9) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (10) 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 address: http://farsite.hill.af.mil (11) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (12) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) (13) DFARS 252.204-7000, Disclosure of Information (14) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) (15) DFARS 252.204-7004 Alt A, System for Award Management Alternate A (FEB 2014) (16) DFARS 252.204-7005 Oral Attestation of Security Responsibilities (NOV 2001) (17) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (AUG 2013) (18) DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 2014) (19) DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (20) DFARS 252.211-7003, Item Identification and Valuation (DEC 2013) (21) DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials APR 1993 (22) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (23) DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004) (24) DFARS 252.225-7031 Secondary Arab Boycott of Israel (JUN 2005) (25) DFARS 252.225-7048 Export-Controlled Items (26) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (27) DFARS 252.232-7010, Levies on Contract Payments (28) DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DEC 1991 (29) DFARS 252.243-7001, Pricing of Contract Modifications (30) DFARS 252.243-7002, Requests for Equitable Adjustment (31) DFARS 252.244-7000 Subcontracts for Commercial Items (NOV 2005) (32) DFARS 252.246-7000, Material Inspection and Receiving Report (MAR 2008) (33) DFARS 252.247-7023 Transportation of Supplies by Sea-Basic (APR 2014) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 5152.209-4000, DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, quote mark DoD Antiterrorism (AT) Standards, quote mark 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. 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) 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 (HQ), Army Materiel Command (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 (GAO) 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. Quotes are due by 10:00AM on 22 September 2014 and must be valid for at least 90 days. Vendors shall be registered and have an active account in the System for Award Management System found at: https://www.sam.gov/portal/SAM/#1 Questions or concerns regarding this solicitation shall be addressed to Mr. Baryan Sierra, Contract Specialist at baryan.a.sierra.civ@mail.mil or to Ms. Maria Otero at maria.d.otero4.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7df841a9577e345a1ed55c02ab10846c)
 
Place of Performance
Address: MICC - Fort Buchanan (RC) Bldg. 399, 218 Brook Street, Fort Buchanan PR
Zip Code: 00934-4206
 
Record
SN03517996-W 20140920/140918235607-7df841a9577e345a1ed55c02ab10846c (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.