Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
DOCUMENT

91 -- Transportation and Delivery of Diesel & Unleaded Fuel To Fort Sam Houston National Cemetery - Attachment

Notice Date
12/8/2016
 
Notice Type
Attachment
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon St;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA78617N0110
 
Response Due
12/15/2016
 
Archive Date
2/13/2017
 
Point of Contact
Geraldine Herrera
 
E-Mail Address
ine.herrera@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
. SOURCES SOUGHT FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Sources Sought Solicitation Number: RFI VA786-16-N-0110 Posted Date: 12-08-2016 Original Response Date: 12-15-2016 Current Response Date: 12-15-2016 Classification Code: 91 Set Aside: SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) NAICS Code: 324110 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs National Cemetery Administration 155 Van Gordon Street Lakewood, CO 80228 DESCRIPTION This is sources sought announcement only. The purpose of this notice is to conduct Market Research and obtain information from qualified business with special interest in seeking Service Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) concerns. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Your responses will be due Thursday, December 15, 2016, 10:00AM (MST) to the point of contact listed below. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided by the government. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Fort Sam Houston National Cemetery anticipate a contract for transportation and delivery of fuel. This is a SOURCES SOUGHT for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; sources sought are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Information (RFI). The Sources Sought document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 324110, with a business size standard of 1,500. The National Cemetery Administration is seeking RFI s from Service Disabled Veteran Owned Small Business (SDVOSB) qualified for transportation and delivery of bulk commercial diesel and gasoline to two fuel pods (500gal each). Contractor must be available for refuel operations between the hours of 8:00am-4:00pm. Estimated fuel requirements will be given to the contractor no later than 12:00pm on the day prior to delivery POP: 1 December 2016 through 30 September 2017 Location: Refuel Operations will take place at the Maintenance yard located at Fort Sam Houston National Cemetery, 1520 Harry Wurzbach RD, San Antonio, TX 78209 Scope: The contractor shall be responsible for providing bulk refuel operations on site as required. Contractor will ensure their equipment has the capability to couple with a D1 nozzle; contractor coupling will be a male 2 ½-3 inch cam lock to ensure seal and transfer connection. Safety and Environmental: The contractor shall be responsible for furnishing all materials, labor, and equipment necessary to meet safety regulations related to refueling operations of this nature. Customer will coordinate with host site for approval to conduct refuel operations. Customer will provide spill containment during refuel operations at each location. Contractor will BPT provide spill clean-up support in the event of an incident during refuel operations. Dates Locations Estimated Fuel: Location is non-changing and will be confirmed upon award of contract with final confirmation not less than 72 hours prior to delivery. Fuel quantity is estimated and will be confirmed prior to delivery for reduction in requirement based on ongoing refined estimates. Services/Supplies Line Item Description Quantity Unit Price Per Day Total Price 001 Gallons Diesel Fuel 7600 $______ $_________ 002 1400 Gallons Unleaded Fuel 1400 $_______ $_________ ITEM TO BE DELIVERED TO THE FOLLOWING ADDRESS: Fort Sam Houston National Cemetery Attention: Eric Von Bartheld 1520 Harry Wurzbach Rd San Antonio, TX 78209 Award shall be made to the quoter whose quotation offers the lowest-priced technically acceptable solution (LPTA). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest The Contracting Officer s address is: 155 Van Gordon Street Suite 520 Lakewood, CO 80228 VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (September, 2013) The following clauses are included as addenda to FAR 52.212-4: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System For Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.211-73, Brand Name or Equal VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2014) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) if preferred. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is an SDVOSB set-aside for products/services as defined herein.    The government intends to award a purchase order as a result of this SOURCES SOUGHT that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to Purchasing Agent: Geraldine J Herrera, Continental District, 155 Van Gordon St, Lakewood, CO 80228. Geraldine.Herrera@va.gov NLT December 15, 2016 at 10:00AM (MST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212- 1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; Geraldine.Herrera@va.gov to the Purchasing Agent, (303-914-5703).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617N0110/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-N-0110 VA786-17-N-0110.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151382&FileName=VA786-17-N-0110-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151382&FileName=VA786-17-N-0110-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;National Cemetery Administration;Fort Sam Houston National Cemetery;1520 Harry Wurzbach Road;San Antonio, TX
Zip Code: 78209
 
Record
SN04346612-W 20161210/161208234053-c6ab8be3191c8484732cccfe6623ec90 (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.