SOLICITATION NOTICE
68 -- Southern California Propane Delivery
- Notice Date
- 6/16/2025 4:49:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221210
— Natural Gas Distribution
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP451025Q1039
- Response Due
- 7/7/2025 11:00:00 AM
- Archive Date
- 07/22/2025
- Point of Contact
- James Isola
- E-Mail Address
-
James.Isola@dla.mil
(James.Isola@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. We will be using FAR subpart 13.5 procedures for this solicitation. This procurement is a total small business set-aside under NAICS 221210 with a size standard of 1,150 Employees. This is for an IDIQ contract with a Base Period and four (4) Option Periods. The requirements and delivery timeframes are listed within the attached Statement of Work. The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Quotes are to be received no later than 2:00 p.m. Eastern Standard U.S. Time on Monday July 07, 2025, via email only to the designated Contracting Officer. See Attachment for the Bid Schedule and Specifications/Additional Terms. All quotes shall be in U.S. Dollars All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, State and Local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site point of contact (POC). Deliveries must be performed during normal installation work hours which are available from the POC, excluding Federal holidays. INSTRUCTIONS TO OFFERORS: Submit quotes by email to james.isola@dla.mil no later than Monday July 07, 2025, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The price schedule is attached and responding firms are required to complete and return the price schedule for all line items. 2) Offerors shall provide the applicable CAGE code and Unique Entity Identifier with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than Wednesday June 25, 2025, at 2:00 PM Eastern Time to james.isola@dla.mil. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Lowest-Price Technically Acceptable basis. Award will be made to the firm that offers the lowest total cost to the Government that can satisfy the entire requirement. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management NOV 2024 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services SEP 2023 52.212-2 Evaluation�Commercial Products and Commercial Services NOV 2021 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services MAY 2024 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (DEVIATION) MAR 2025 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I FEB 2024 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services NOV 2023 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services JAN 2025 52.216-18 Ordering AUG 2020 52.216-19 Order Limitations OCT 1995 52.216-22 Indefinite Quantity OCT 1995 52.217-5 Evaluation of Options JUL 1990 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-14 Limitations on Subcontracting OCT 2022 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) SEP 2021 52.219-28 Post-Award Small Business Program Rerepresentation JAN 2025 52.222-3 Convict Labor June 2003 52.222-19 Child Labor�Cooperation with Authorities and Remedies JAN 2025 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 JUN 2020 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-50 Combating Trafficking in Persons NOV 2021 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024 52.227-1 Authorization and Consent JUN 2020 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-5 Authorized Deviations in Provisions NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019 252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023 252.211-7003 Item Unique Identification and Valuation JAN 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic FEB 2024 252.225-7001 Buy American and Balance of Payments Program--Basic FEB 2024 252.225-7048 Export-Controlled Items JUN 2013 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation JUN 2023 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023 252.226-7002 Representation for Demonstration Project for Contractors Employing Persons with Disabilities DEC 2019 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024 DLAD Procurement Notes: DLAD 5452.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (SEP 2016) L06 Agency Protests (DEC 2016) L09 Reverse Auction (OCT 2016)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b4bc77c1869b4170b87196736df9c64b/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN07479405-F 20250618/250616230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |