Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

91 -- OPTION - Liquefied Propane Gas

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
218 Brooke St, Fort Buchanan, PR 00934
 
ZIP Code
00934
 
Solicitation Number
W912C3-16-Q-026A
 
Response Due
7/26/2016
 
Archive Date
1/22/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is W912C3-16-Q-026A and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 324110 with a small business size standard of 1,500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Buchanan, PR 00934 The MICC Fort Buchanan requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 09/26/2016 - 09/25/2017 LI 001: LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas for Buildings: 172 Golf Club, 660 Community Club and 689 AAFES Food Court at Ft.Buchanan Puerto Rico in accordance with the attached Statement of Work, all applicable laws, regulations and terms and conditions. See attached Economic Price Adjustment Local Clause. The contractor shall supply Liquefied Propane Gas as follows: Bldg 172 ? 100 gals per month X 12 month = 1,200 gals per year Bldg 660 ? 300 gals per month X 12 months = 3,600 gals per year Bldg 689 ? 1,000 gals per month X 12 months = 12,000 per year Total Approximate: 16,800 gals per year, 16800, gallon; LI 002: OPTIONAL ITEM - LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas at Fort Buchanan. THIS IS AN OPTIONAL ITEM. CONTRACTOR SHALL PRICE THIS CLIN TO BE USED, IF NECESSARY, DURING 26 September 2016 through 25 September 2017 WITH CONTRACTING OFFICER AUTHORIZATION., 4000, gallon; Option 1 Period of Performance: 09/26/2017 - 09/25/2018 LI 001: LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas for Buildings: 172 Golf Club, 660 Community Club and 689 AAFES Food Court at Ft.Buchanan Puerto Rico in accordance with the attached Statement of Work, all applicable laws, regulations and terms and conditions. See attached Economic Price Adjustment Local Clause. The contractor shall supply Liquefied Propane Gas as follows: Bldg 172 ? 100 gals per month X 12 month = 1,200 gals per year Bldg 660 ? 300 gals per month X 12 months = 3,600 gals per year Bldg 689 ? 1,000 gals per month X 12 months = 12,000 per year Total Approximate: 16,800 gals per year, 16800, gallon; LI 002: OPTIONAL ITEM - LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas at Fort Buchanan. THIS IS AN OPTIONAL ITEM. CONTRACTOR SHALL PRICE THIS CLIN TO BE USED, IF NECESSARY, DURING 26 September 2017 through 25 September 2018 WITH CONTRACTING OFFICER AUTHORIZATION., 4000, gallon; Option 2 Period of Performance: 09/26/2018 - 09/25/2019 LI 001: LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas for Buildings: 172 Golf Club, 660 Community Club and 689 AAFES Food Court at Ft.Buchanan Puerto Rico in accordance with the attached Statement of Work, all applicable laws, regulations and terms and conditions. See attached Economic Price Adjustment Local Clause. The contractor shall supply Liquefied Propane Gas as follows: Bldg 172 ? 100 gals per month X 12 month = 1,200 gals per year Bldg 660 ? 300 gals per month X 12 months = 3,600 gals per year Bldg 689 ? 1,000 gals per month X 12 months = 12,000 per year Total Approximate: 16,800 gals per year, 16800, gallon; LI 002: OPTIONAL ITEM - LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas at Fort Buchanan. THIS IS AN OPTIONAL ITEM. CONTRACTOR SHALL PRICE THIS CLIN TO BE USED, IF NECESSARY, DURING 26 September 2018 through 25 September 2019 WITH CONTRACTING OFFICER AUTHORIZATION., 4000, gallon; Option 3 Period of Performance: 09/26/2019 - 09/25/2020 LI 001: LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas for Buildings: 172 Golf Club, 660 Community Club and 689 AAFES Food Court at Ft.Buchanan Puerto Rico in accordance with the attached Statement of Work, all applicable laws, regulations and terms and conditions. See attached Economic Price Adjustment Local Clause. The contractor shall supply Liquefied Propane Gas as follows: Bldg 172 ? 100 gals per month X 12 month = 1,200 gals per year Bldg 660 ? 300 gals per month X 12 months = 3,600 gals per year Bldg 689 ? 1,000 gals per month X 12 months = 12,000 per year Total Approximate: 16,800 gals per year, 16800, gallon; LI 002: OPTIONAL ITEM - LIQUEFIED PROPANE GAS The contractor shall provide personnel, equipment, materials, supplies, transportation and all necessary to provide Liquefied Propane Gas at Fort Buchanan. THIS IS AN OPTIONAL ITEM. CONTRACTOR SHALL PRICE THIS CLIN TO BE USED, IF NECESSARY, DURING 26 September 2019 through 25 September 2020 WITH CONTRACTING OFFICER AUTHORIZATION., 4000, gallon; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Buchanan intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Buchanan is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 PARAGRAPHS (a),(i), and (t) ARE HEREBY MODIFIED. (a) Inspection/Acceptance: Inspection and acceptance shall be performed at the location specified in the Solicitation (i) Payment: WIDE AREA WORK FLOW (WAWF) PROGRAM. See DFARS Clause 252.232-7006. (t) The following clauses are added: FAR 52.204-7, DFARS 252.204-7004 ALT A, 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998).http://www.acqnet.gov/far. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-13, 52.203-15, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-14, 52.225-5, 52.225-13, 52.232-30, 52.232-34, 52.239-1. 52.204-7 System for Award Management, 52.204-9 Personal Identity Verification of Contractor Personnel. 52.204-10 Reporting Executive Compensation and First-Tier. 52.204-13 System for Award Management Maintenance, 52.207-4 Economic Purchase Quantity-Supplies, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-4 Applicable Law for Breach of Contract Claim, 52.246-16 Responsibility For Supplies. 52.252-2 CLAUSES INCORPORATED BY REFERENCE, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.216-2 ? Economic Price Adjustment -- Standard Supplies, 52.225-18 PLACE OF MANUFACTURE. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.232-7006 WAWF Payment Instructions. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A System for Award Management Alternate A, 252.204-7011 Alternative Line Item Structure, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.209-7992 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013, 252.243-7001 Pricing Of Contract Modifications DEC 1991, 252.243-7002 Request for Equitable Adjustments, 252.244-7000 Subcontracts for Commercial Items. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM)site at https://www.sam.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Bid MUST be good for 30 calendar days after submission Shipping must be free on board (FOB) Ft. Buchanan, Puerto Rico which means that the seller must deliver the goods on its conveyance to Ft. Buchanan or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order. AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the 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 35 calendar 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) The Government will evaluate the quote received in response to this Request for Quote solely on the basis of price and compliance with the Statement of Work and all terms and conditions. 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 re ject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. The offeror shall submit a price for the item specified in the "Schedule of Supplies/Services and Prices/Costs". No quote for a quantity less than that specified in the Schedule will be accepted. Offers shall be evaluated using the estimated quantities set forth in the Schedule. All prices quoted in response to this Request for Quote must include all costs associated with Liquefied Propane Gas elements, as applicable. "Acceptance period," as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this Fedbid. The Government requires a minimum acceptance period of 90 calendar days. A bid allowing less than the Government's minimum acceptance period will be rejected. The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within 60 Calendar day acceptance period"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09cf51e2f4a99f0d6a0e8832ae74b6cb)
 
Place of Performance
Address: Fort Buchanan, PR 00934
Zip Code: 00934
 
Record
SN04180211-W 20160714/160712235718-09cf51e2f4a99f0d6a0e8832ae74b6cb (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.