Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2005 FBO #1467
SPECIAL NOTICE

91 -- Propane

Notice Date
11/30/2005
 
Notice Type
Special Notice
 
NAICS
454312 — Liquefied Petroleum Gas (Bottled Gas) Dealers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
Reference-Number-F1Y3DA5321A200
 
Response Due
12/8/2005
 
Archive Date
12/23/2005
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Note that this award will be (100%) Small Business Set-Aside. The NAICS code for the requirement is 454312. The size standard for this NAICS code is 500 employees for Government Contracting. The Defense Priorities and Allocation System (DPAS) assigned rating is DC-09. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 01-24. Description of Requirement: The contractor shall provide all personnel, equipment, facilities, supplies, services, and materials for the purchase and delivery of 95-5 Liquid Petroleum (propane) to be delivered to the F.E. Warren Air Force Base Propane plant tanks. The Base requires 50,000 gallons. The propane shall be delivered by truck. The contractor shall be responsible for maximum protection of Government property. See Attached Statement of Work (SOW. Contractors must be Central Contractor Registration (CCR) registered, the website for registration is http://www.ccr.gov, if registration has not been accomplished. Use that following web site to access clauses that have been incorporated by reference: http://farsite.hill.af.mil/. All quotations must include a completed 52.212-3, Offeror Representations and Certification/Commercial Items (Attachment 2); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2004); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004); 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). Quotes are due NOT LATER THAN 4:30, MST, 5 December 2005. You are encouraged to submit your proposals electronically. Proposals will be submitted on letterhead, to the attention to A1C Jilliann Clary. The Government will utilize a lowest price technically acceptable evaluation factor to arrive at a best value award decision. Quotes can be forwarded via email to Jilliann.Clary@warren.af.mil or by fax to (307) 773-4636. For any questions or concerns please contact the Contract Administrator: A1C Jilliann Clary at 307-773-3277, via e-mail Jilliann.Clary@warren.af.mil or the Contracting Officer MSgt Paul Reed at 307-773-3411, via e-mail Paul.Reed@warren.af.mil - 90 Contracting Squadron/LGCAC, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860. Thank you. STATEMENT OF WORK FOR PURCHASE OF PROPANE DELIVERED TO F.E. WARREN AFB, WY SECTION 1: SPECIFICATIONS 1.1 SCOPE: The work to be performed under these specifications consist of furnishing all propane, equipment, labor and transportation, necessary to perform: Deliver and unload contracted amount of propane to the propane storage tanks on F. E. Warren AFB WY. 1.1.1 Tank Farm info: The FEW AFB tank farm consists of 15 ea 30,000 gross gal tanks. One remains empty for emergency use, the other 14 can be filled to 80% or 24,000 gallons each. There is a central unloading point, from which all tanks can be filled. 1.2 Propane: 1.2.1 The Base requires 50,000 gals of 95-5 Liquid petroleum (Propane). 1.2.2 The propane shall to be delivered by Truck. 1.3 Delivery will have to be coordinated with the operators of the heat plant. A delivery date and time will be negotiated. 1.4 The trucks will have to have an escort to get on base. Delivery will have to also be coordinated with this escort. 1.5 Information on the heat content of the propane (BTU/Gal) will be sent with the bid. 1.6 Material Safety Data Sheets: A copy of the MSDS for the propane being delivered shall be present in with each load. A copy shall also be sent in with the bid. SECTION 2: GENERAL 2.1 COORDINATION: The Contractor shall be responsible for coordinating all phases of his/her operations with the appropriate base personnel through the Contracting Officer or his/her authorized representative. The facilities shall remain in operation while the contractor is working, and it is up to the Contractor to coordinate around the normal activities of the facility. 2.2 BASE IDENTIFICATION CARD: The contractor will coordinate with the appropriate personnel to receive a base pass. A Driver?s license, vehicle registration, and proof of insuraunce will be required to receive a base pass. 2.3 SAFETY: The contractor shall strictly adhere to all regulation pertaining to safety as noted in the Corps of Engineers Manual EM 385 1 1, OSHA Standards, and Base regulations. Particular care shall be exercised in connection with operation of vehicles and other equipment on the site. The contractor as required shall provide safety barriers and equipment. Ladders, scaffolding and other equipment shall not be left unattended at the job site. 2.4 DEMOLITION AND DISPOSAL: All scrap and debris shall be removed from the job site each day and disposed of off base. The contractor shall remove all rubbish and accumulated materials and scrap from the premises, leaving the job site in a clean, acceptable condition. Any adjacent areas, which are damaged by the contractor due to demolition or removal, shall be repaired to the satisfaction of the Contracting Officer or his/her authorized representative, or replaced. 2.5 VACATING WORK AREA: During exercises, natural disaster, and national emergencies or for security reasons, the contractor may be required to vacate a work area. 2.6 CONTRACTOR EXPERIENCE: NA 2.7 SMOKING: No smoking allowed at any time while delivering the propane. 2.8 HAZARDOUS MATERIALS: Submit a Material Safety Data Sheet (MSDS) for each chemical/compound proposed for this project to the Base Bioenvironmental office (90 AMS/SGPB) for review and approval prior to delivery to the base. A hazardous material is defined in Federal Standard DED-STD-313C (Tables I&II). The definition of materials presenting a health hazard or physical hazard is found in 20 Code of Federal Regulations (CFR) 1910.1200(c). The Contractor must compile a ?Hazardous Materials Report? containing description of the hazardous material, brand name, part number, SSL No., unit of issue, quantity issued/used and person(s) issued to. Submit the report at the end of the job to the Contracting Officer. 2.9 RECYCLED MATERIALS: The Contractor is urged to recycle or us recycled material wherever possible. 2.10 PROTECTION OF PROPERTY: The Contractor shall be responsible to check and determine that all necessary precautions have been taken to protect all property, both Government and private, in all areas where this contract is being accomplished. Damage caused from failure by the Contractor to exercise care in the performance of work shall be immediately repaired to the satisfaction of the Contracting Officer or designated representative without additional cost to the government. 2.11 CLEANUP: The areas where work is in progress shall be kept as neat and clean as is consistent with the work in progress. Material wrappings, containers, etc., which might be scattered by wind or become a hazard to pedestrians shall be placed in appropriate containers, disposed of or otherwise cared for. 2.12 WORK SCHEDULE: Working hours for the Contractor will normally be between the hours of 7:30 and 4:30 p.m. excluding Saturdays, Sundays and Federal holidays. 2.13 AVAILABILITY OF UTILITY SERVICES: All reasonable quantities of utilities will be made available to the Contractor without charge. Any temporary lines or connections that may be required will be installed, maintained and removed by the Contractor. 2.14 START OF WORK: The date for actual start of work will be coordinated between the Contractor, Contracting Officer or designated representative and supervisory personnel in the building after the Contractor determines when all materials and equipment for the project will be received. 2.15 WELDING/CUTTING TORCH PERMIT: A welding/cutting permit is needed from the Base Fire Department (307-775-2931) prior to welding or using a device producing an open flame.
 
Place of Performance
Address: F.E. Warren AFB, WY
Zip Code: 82005
Country: USA
 
Record
SN00942211-W 20051202/051130211918 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.