Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOLICITATION NOTICE

91 -- LPROPANE SERVICES for BIE Schools

Notice Date
12/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454310 — Fuel Dealers
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A17PS00199
 
Response Due
1/5/2017
 
Archive Date
1/20/2017
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
THIS IS A BUY INDIAN SET ASIDE The Bureau of Indian Affairs (BIA) is soliciting offers to procure for LP Fuel for the Bureau of Indian Education, Northern Navajo Schools. 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 will not be issued. Solicitation No. A17PS00199, herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This acquisition is for a Native American Owned Small Business Set-Aside under the Buy Indian Act (25 U.S.C). The NAICS Code is 211112, Size standards in number of employees is 50. Scope of Work: The Department of the Interior, Bureau of Indian Education, Bureau of Indian Education, Northern Navajo BIE School have a requirement for LP Fuel to be delivered to each school list on this solicitation. For each school: (1)Aneth Community School, East Highway 162, San Juan County RD 466, Montezuma Creek, Utah = Two (2) 18,000 gallon tanks. Yearly average use is 25,000 gallons. (2)Belcabito Day School, Clifford Ward Drive, Highway 64 West BIA Route 5, Shirpock, NM = One (1) 10,000 gallon tank. Yearly average use is 25,000 gallons. (3)Cove Day School, Highway 64, Red Valley, AZ = One (1) 5,000 gallon tank. Yearly average use is 11,000 gallons. (4)Red Rock Day School, Navajo Route 13, Red Valley, AZ = One (1) 10,000 gallon tank; (1) 1,000 gallon tank; (1) 250 gallon tank. Yearly average use is 20,000 gallons. (5)Sanostee Day School, Highway 34, Sanostee, NM = One (1) 9,000 gallon tank. Yearly average use is 5,000 gallons. (6)Tiisnazbas Community School, Highway 160, BIA Road N5114, Teecnospos, AZ = Two (2) 30,000 gallon tanks. Yearly average use is 65,000 gallons. Vendor must notify the point of contact to confirm delivery date and time, Monday thru Friday between the hours of 8:00 am and 4:30 pm and closed on Federal Holidays and weekends. Unscheduled deliveries will not be accepted. Authorized Personnel to Place Orders: Point of Contact for delivery will be Treva Rosenberg, for all six schools is authorized to place orders against this purchase order. Basis of Award: The Government intends to award a single expiring on January 05, 2017, award(s) will only be made to those quoters offering a reasonable price to include delivery of fuel. Submit your quote as follows: (Due to the Continued Resolution this award will be partially funded until funding become available, Subject to the availability of funding). Period of Performance is Date of Award to January 04, 2017. Delivery shall be made between 8 a.m. to 4:30 p.m. 1.Aneth Community School = 25,000 gallons at $________ per gallon for a total of $__________ 2.Belcabito Day School = 58,000 gallons at $________ per gallon for a total of $__________ 3.Cove Day School = 11,000 gallons at $________ per gallon for a total of $__________ 4.Red Rock Day School = 20,000 gallons at $________ per gallon for a total of $__________ 5.Sanostee Day School = 5,000 gallons at $________ per gallon for a total of $__________ 6.Tiisnazbas Community School = 65,000 gallons at $________ per gallon for a total of $__________ 7.Include all Applicable delivery charges $:___________ 8.Applicable Taxes. 1 each $______ TOTAL $______________ CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies, ; FAR 52.217-6, Option for Increased Quantity; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.22-41, Service Contract Act 1965; and DIAR clauses are herein incorporated as follows:. 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program; 1452.280-4, Indian Economic Enterprise Representation; and 1452.204-70, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications ¿Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, January 05, 2017, 12:00 AM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00199/listing.html)
 
Record
SN04360402-W 20161231/161229233729-f717807bddebadebaaba35cab00a4c6a (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.