Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
SOLICITATION NOTICE

91 -- Diesel/Propane Fuel - Solicitation Attachments

Notice Date
10/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454310 — Fuel Dealers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-FUEL
 
Archive Date
11/18/2014
 
Point of Contact
Andrey Selyuzhitskiy, Phone: 315-330-4434
 
E-Mail Address
Andrey.Selyuzhitskiy@us.af.mil
(Andrey.Selyuzhitskiy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Reps and Certs Attachment 1 - Description of Requirements 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-Q-FUEL is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-77 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20141014. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 454310 and small business size standard of 50 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination. The contractor shall furnish and deliver diesel and propane to government owned tanks at Rome Research Site, Newport facility, and Stockbridge Test Site in accordance with the attached Description of Requirements dated 28 August, 2014. Deliveries will be required for period of 1 year from date of contract award. The contractor must auto-fill all tanks at the middle and end of each month during the winter heating season of October through April. The contractor also is required to respond to request for fuel delivery and completer delivery within five days of notification. A list of persons authorized to request fuel deliveries will be provided by the Contracting Officer at time of contract award. The heating fuels to be delivered and the total estimated quantities are: Item 1: Diesel Fuel Oil QTY: 200 Gallons Description: • DF1 • 9140-00-286-5286 • Diesel Fuel, High Sulfur, Winter Mix Item: 2 Propane Supply QTY: 15,500 Gallons Description: • Type II • BBG-110, 95% Odorized • Propane The estimated period of performance is 20 November 2014 through 19 November 2015. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome Research Site, Rome, NY 13441, Newport Test Facility Newport, NY 13441, Stockbridge Test Facility Stockbridge, NY 13421. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), Wednesday 29 October 2014. Submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to Andrey.Selyuzhitskiy@us.af.mil. Offeror's are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items OR on the Bid Schedule in Attachment 1. (b)(10) Submit up to (3) three past performance and relevant contracts completed within the past (3) three years (include contract numbers, points of contact with telephone numbers and other relevant information). To the maximum extent practicable, please identify contracts in which your firm has completed at least 50% of the work as the prime contractor, specifically by your firm's labor force and/or equipment, but not solely management. Identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors of your firm. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offeror's must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within five days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used evaluate offers: (i) price, and (ii) past performance. The Government intends to award to the lowest priced, technically acceptable offeror with acceptable past performance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (NOV 2013); Alternate I (Apr 2011). For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 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 are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following additional FAR and FAR Supplement provisions and clauses also apply: 52.223-3, Hazardous Material Identification and Material Safety Data 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.215-7007 Notice of Intent to Re-solicit 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act Statute--Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7031 Secondary Arab Boycott of Israel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman (NOV 2012) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered. Point of Contact: Andrey Selyuzhitskiy, Contract Specialist, Phone 315-330-4434, FAX, 315-330-2555, Email: Andrey.Selyuzhitskiy@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-FUEL/listing.html)
 
Record
SN03558330-W 20141026/141024234324-2621d83df56763f9f098777c4a133d67 (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.