Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

91 -- Jet A-1 - Guatemala

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-WHARC-07-Q-0016
 
Response Due
3/1/2007
 
Archive Date
4/30/2007
 
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; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for the aviation fuel (Jet A-1) to be delivered to the Guatemalan air force under an international narcotics and law enforcement program of the U.S. Department of State. The NAICS code is 324110 and the small business size standard is 1,500 employees. The FAR is available on the Internet at www.acquisition.gov. 1. GENERAL REQUIREMENT: The Contractor shall provide all labor, materials and equipment for providing Jet A-1 for Guatemalan air force by delivery to the underground fuel depository at La Aurora International Airport in Guatemala City. A single award is anticipated. 2. PRICES: All quoters shall provide a price per gallon in local currency (Quetzales). Payment will be made in local currency by the U.S. Embassy in Guatemala City. Invoices should be addressed to the Narcotics Affairs Section, 1a. Avenida 7-59 zona 10, American Embassy Guatemala City.. Line item 0001 - Base Year: Estimated Quantity 7,000 gallons Unit Price/gal. (Q) Total Est. Price (Q) Line item 0002 - Option Year 1: Estimated Quantity 7,000 gallons Unit Price/gal. (Q) Total Est. Price (Q) Line item 0003 - Option Year 2: Estimated Quantity 7,000 gallons Unit Price/gal. (Q) Total Est. Price (Q) Line item 0004 - Option Year 3: Estimated Quantity 7,000 gallons Unit Price/gal. (Q) Total Est. Price (Q) Line item 0005 - Option Year 4: Estimated Quantity 7,000 gallons Unit Price/gal. (Q) Total Est. Price (Q) 3. PRICES INCLUSIVE: The above prices are FOB destination and include all shipping and other costs for delivery. 4. ACQUISITION INSTRUMENT: Quoters should submit prices for all line items. The U.S. Government's goal is to award an indefinite quantity purchase order for the base year and four option periods. We are requesting prices for all years and will consider economic price adjustment clauses requested by quoters that will enable an indefinite quantity purchase order to be issued. Any economic price adjustment clause proposed should state how and when price adjustments will be made (such as an independent price index, etc.) and an overall price ceiling, which may be stated in terms of a specific currency amount or fixed percentage. If the U.S. Government cannot reach agreement on such an arrangement, we will then seek to award a blanket purchase agreement in accordance with FAR 13.303 at the most favorable pricing, terms, and conditions available from the quotations received in response to this notice. 5. ESTIMATED QUANTITY: The estimated quantity per year is 7,000 gallons. This is an estimate only, not a guarantee. The estimate is for evaluation purposes only. Actual usage will be on an indefinite quantity basis according to the prices established. 6. MINIMUM AND MAXIMUM: The minimum dollar value per year is U.S.$3,000 and the maximum per year is U.S.$25,000. 7. PERFORMANCE PERIOD: The performance period will be for a one year period, with four one-year options, beginning on date of award. 8. ORDERING PROCEDURES: The Contractor shall provide the Contracting Officer's Representative (COR) with copies of certifications, permits and legal registrations for the distribution and sale of fuel established by the government of Guatemala. The Contractor shall provide aviation fuel upon presentation of a delivery order, which must be accompanied by an authorized NAS fuel supply form. The authorized NAS fuel supply form indicates quantity of gallons and type of fuel to be dispensed. The Contractor shall not accept any form that shows indications or alterations (e.g., white-out, erasing, crossing out, writing over, etc.). Any form presented to the Contractor which is not properly authorized or with indications of alterations shall be rejected and immediately brought to the attention of the COR. Payment will not be made by NAS for fuel that is supplied when unauthorized or altered forms are acted upon by the Contractor without notifying the COR and receiving prior authorization from the COR to provide the fuel. The following employees are authorized to place orders: Lourdes Stein; Ana Luisa Toledo. The contractor shall deliver the required fuel as specified in the delivery order within 12 hours, unless a longer period is stated in the order. 9. LAWFUL OPERATION, PERMITS, INSURANCE, AND INDEMNIFICATION: (a) Bonds. The Government imposes no bonding requirement on this contract. The Contractor shall provide any official bonds required, pay any fees or costs involved or related to the authorization for the equipping of any employees engaged in providing services specified under this contract if such bonds or payments are legally required by the local government or by local practice. (b) Employee Salary Benefits. The Contractor shall be responsible for payment of all employee wages and benefits required by host country law or agreements with its employees. The U.S. Government, its agencies, agents, and employees shall not be part of any legal action or obligation regarding these benefits, which may subsequently arise. Where local law requires bonuses, specific minimum wage levels, premium pay for holidays, payments for social security, pensions, sick or health benefits, severance payments, child care or any other benefit, the Contractor is responsible for payments of these costs. (c) Personal Injury, Property Loss or Damage (Liability). The Contractor assumes absolute responsibility and liability for any and all personal injuries or death and property damage or losses suffered due to negligence of the Contractor's personnel in the performance of this contract. The Contractor's assumption of absolute liability is independent of any insurance policies. (d) Amount of Insurance. The Contractor is required to obtain whatever insurance is legally required. The Contractor shall, at its own expense, provide and maintain during the entire performance period of the contract any type or types of insurance required by local law or that are ordinarily or customarily obtained in the location of the work. The limit of such insurance shall be as provided by law or sufficient to meet normal and customary claims. The Contractor agrees that the Government shall not be responsible for personal injuries or for damages to: 1) any property of the Contractor, 2) its officers, 3) agents, 4) servants, 5) employees, or 6) any other person, arising from and incident to the Contractor's performance under this contract. The Contractor shall hold harmless and indemnify the U.S. Government from any and all claims arising, except in the instance of gross negligence on the part of the U.S. Government. (e) Permits. Without additional cost to the U.S. Government, the Contractor shall obtain all permits, licenses, and appointments required for the prosecution of work under this contract. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. The Contractor shall provide evidence of possession or status of application for such permits, licenses, and appointments to the COR with its quotation. Application, justification, fees, and certifications for any licenses required by the host government are entirely the responsibility of the Contractor. 10. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order or BPA will be whether the fuel and related service are suitable for the intended purpose and whether they can be delivered on time. The quoter offering acceptable items and terms that most closely match the Government's needs and required delivery will receive most favorable consideration from a technical standpoint. The Government intends to award to the lowest priced technically acceptable quoter. Lowest price will be the aggregate sum of all line item prices, including consideration of any economic price adjustment clause and ceiling. 11. QUOTATION MUST INCLUDE THE FOLLOWING: (a) PRICE: Fixed price per gallon, inclusive of delivery charges. Describe any price adjustment clause proposed. (b) DESCRIPTION: Description of fuel and related services being proposed. Quotation must include a narrative explanation of how the quoter will perform the work. (c) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. (d) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. (e) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-07-Q-0016 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-15. 12. FAR/DOSAR CLAUSES: The provision at FAR 52.212-3, Offeror Representations and Certifications (dated NOV 2006) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clause at FAR 52.212-4, Contract Terms and Conditions (dated SEP 2005) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated NOV 2006) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (or, if an exception applies, 52.232-343, Payment by Electronic Funds Transfer ? Other Than Central Contractor Registration). In addition, FAR 52.214-34, Submission of Offers in the English Language, is applicable to this acquisition, along with the following: FAR 52.216-18 Ordering (OCT 1995), with fill-in: (a) orders may be issued from the date of award through the twelve months following award, with four one-year options. FAR 52.216-22 Indefinite Quantity (OCT 1995), with fill-in: (d) Contractor shall not be required to make any deliveries under this contract after one month following the periods listed in FAR 52.217-8 and FAR 217-9. FAR 52.217-8 Option to Extend Services (NOV 1999): FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000), with fill-ins: (a)... within the performance period of the contract or within 30 days after funds for the option year become available, whichever is later. c)...shall not exceed five (5) years. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71 Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999), and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. The following DOSAR provision is applicable to this acquisition: 652.225-70 Arab League Boycott of Israel (AUG 1999). 13. QUOTATIONS ARE DUE by 3:00 p.m., March 1, 2007, local (Fort Lauderdale, Florida, U.S.) time, via e-mail (preferred), fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0016. Send quotation to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail to: lloydre@state.gov. Email is preferred. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, paragraph (f).
 
Place of Performance
Address: Guatemala City
Country: GUATEMALA
 
Record
SN01233818-W 20070218/070216220556 (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.