Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
SOLICITATION NOTICE

68 -- Creech AFB FY18 Propane - Atch1_Propane PWS - Atch2_Creech Propane List

Notice Date
12/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-18-Q-A005
 
Archive Date
2/28/2018
 
Point of Contact
Jermiah M. Camacho, Phone: 7026829337, Derek A Urban, Phone: 702-652-8458
 
E-Mail Address
jermiah.camacho@us.af.mil, derek.urban.1@us.af.mil
(jermiah.camacho@us.af.mil, derek.urban.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Creech AFB Propane List Attachment 1 - Propane Performance Work Statement 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; proposals are being requested and a written solicitation will not be issued. SOLICITATION #: FA4861-18-Q-A005 This combined synopsis/solicitation is issued as a Request for Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 06 November 2017. This combined synopsis/solicitation is being issued as a 100% Small Business Set-Aside. NAICS: 221210 - Distribution of Natural Gas Contractor Name/Address Information CAGE Code (Mandatory): DUNS Number (Mandatory) Tax ID # (Mandatory): TABLE 1 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL 0001 Propane 225,000 Gallons Quote Expiration:___________________________ TOTAL: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items or services necessary to service propane tanks as defined in this performance work statement (PWS). Service shall be performed at Creech AFB (located approximately 45 miles North of Las Vegas on Hwy 95). Please see attached PWS for more information. Delivery Schedule: 01 February 2018 to 31 January 2018 Delivery Location: Creech AFB, NV FOB Point: Destination FAR 52.212-1 Addendum FAR 52.212-1, paragraph (b) is changed to read: Offers may be submitted proposal by e-mail to jermiah.camacho@us.af.mil, or mail to: 99 CONS/LGCA 5865 Swaab Blvd. Bldg. 588 Nellis AFB, NV 89191-7063 In all cases, the proposal must be received no later than 10:00 AM PST on 17 January 2017. FAR 52.212-1, paragraph (c), is changed to read: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Technical Factor All Offeror's shall provide a Spill Response Plan in accordance with the paragraph 3.2.of the attached Performance Work Statement. At a minimum, the Plan shall include the offeror's response procedures for spill(s) in accordance with all state, federal, and Environmental Protection Agency (EPA) rules and regulations for coverage of spills. Price Factor •1. Offeror's shall provide a completed Table 1. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1. Technical - To be determined technically acceptable the contractor shall provide Spill Response Plan in accordance Paragraph 3.2 of the attached Performance Work Statement. •2. Price - The total proposed price is calculated by multiplying the estimated quantity by the offeror's proposed price per gallon. This will be the total evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-cost factors. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (NOV 2017): The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 - Terms and Condition - Commercial Items (JAN 2017): Applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017): Applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: 52.203-6, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.225-13, and 52.232-33. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998): This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998): This solicitation 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 FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2 ) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBINATION (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA4861 Admin DoDAAC FA4861 Inspect By DoDAAC F3G3CA -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Jermiah.camacho@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Lateef M. Hynson, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372, DSN: 574-5372 lateef.hynson@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. The contractor shall be responsible for immediate notification to Security Forces for an appropriate update in Defense Biometric Identification System (DBIDS) when contractor personnel refuses to return issued access media. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) The following additional provisions or clauses are specific to this particular requirement: FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relation to Compensation of Former DoD Officials DFARS 252.223-7006 - Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243.7001 - Pricing of Contract Modifications DFARS 252.243.7002 - Requests for Equitable Adjustment Attachment 1- Performance Work Statement Attachment 2 - Creech AFB Propane List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-18-Q-A005/listing.html)
 
Place of Performance
Address: Creech AFB, NV, United States
 
Record
SN04777733-W 20171230/171228231031-e9fa57a7bbeddf4386a32851f4ddd7f4 (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.