SOLICITATION NOTICE
89 -- Rental, Pick-up and Delivery of Bottled Gases
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSFEMW-07-Q-0031
- Response Due
- 9/20/2007
- Archive Date
- 10/5/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. HSFEMW-07-Q-0031, issued as a Request for Quotation (RFQ), is for the rental, pick-up and delivery of compressed bottled gases and other related items, to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents for the Department of Homeland Security, Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-20, dated 09/06/2007. This procurement is a small business set aside. The NAICS code is 325120, small business size standard 1,000 employees. It is anticipated that only one award will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition/commercial item blanket purchase agreement to include a base year and four option year periods. The Government anticipates the resultant award to be an Open Market blanket purchase agreement or a blanket purchase agreement against a GSA schedule delivery order or a combination of GSA schedule pricing and Open Market pricing. If GSA Schedule pricing is being proposed, the offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and Open Market pricing are being proposed, the offeror shall designate which items are GSA Schedule pricing and which items are Open Market pricing. Please include all applicable GSA discounts in your offer. Services are to be performed at the Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection and acceptance. The resultant award document will contain: Item 0001. Rental, pick-up and delivery of compressed bottled gases and other related items to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents during the base period of performance, 09-30-2007 through 09-29-2008. Compressed bottled gases include: Acetylene, 10 CU FT; Acetylene, 40 CU FT; Acetylene, 150 CU FT; Acetylene, 225 CU FT; Acetylene, 318 CU FT; Argon, 147 CU FT; Argon, 333 CU FT; Argon Helium CO2 (TRI-MX), 80 CU FT; Argon Ultra High Purity, 333 CU FT; Carbon Dioxide, 20 LB; Carbon Dioxide, 50 LB; MAPP Tank, 30 LB; Medical Oxygen, 25 CU FT; Medical Oxygen, 282 CU FT; Nitrogen, 40 CU FT; Nitrogen, 60 CU FT; Nitrogen, 137 CU FT; Nitrogen, 337 CU FT; Oxygen, 20 CU FT; Oxygen, 60 CU FT; Oxygen, 282 CU FT; and Propane, 20 LB. Item 0002. Rental, pick-up and delivery of compressed bottled gases and other related items to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents during the Option Year One period of performance, 09-30-2008 through 09-29-2009. Compressed bottled gases include: Acetylene, 10 CU FT; Acetylene, 40 CU FT; Acetylene, 150 CU FT; Acetylene, 225 CU FT; Acetylene, 318 CU FT; Argon, 147 CU FT; Argon, 333 CU FT; Argon Helium CO2 (TRI-MX), 80 CU FT; Argon Ultra High Purity, 333 CU FT; Carbon Dioxide, 20 LB; Carbon Dioxide, 50 LB; MAPP Tank, 30 LB; Medical Oxygen, 25 CU FT; Medical Oxygen, 282 CU FT; Nitrogen, 40 CU FT; Nitrogen, 60 CU FT; Nitrogen, 137 CU FT; Nitrogen, 337 CU FT; Oxygen, 20 CU FT; Oxygen, 60 CU FT; Oxygen, 282 CU FT; and Propane, 20 LB. Item 0003. Rental, pick-up and delivery of compressed bottled gases and other related items to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents during the Option Year Two period of performance, 09-30-2009 through 09-29-2010. Compressed bottled gases include: Acetylene, 10 CU FT; Acetylene, 40 CU FT; Acetylene, 150 CU FT; Acetylene, 225 CU FT; Acetylene, 318 CU FT; Argon, 147 CU FT; Argon, 333 CU FT; Argon Helium CO2 (TRI-MX), 80 CU FT; Argon Ultra High Purity, 333 CU FT; Carbon Dioxide, 20 LB; Carbon Dioxide, 50 LB; MAPP Tank, 30 LB; Medical Oxygen, 25 CU FT; Medical Oxygen, 282 CU FT; Nitrogen, 40 CU FT; Nitrogen, 60 CU FT; Nitrogen, 137 CU FT; Nitrogen, 337 CU FT; Oxygen, 20 CU FT; Oxygen, 60 CU FT; Oxygen, 282 CU FT; and Propane, 20 LB. Item 0004. Rental, pick-up and delivery of compressed bottled gases and other related items to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents during the Option Year Three period of performance, 09-30-2010 through 09-29-2011. Compressed bottled gases include: Acetylene, 10 CU FT; Acetylene, 40 CU FT; Acetylene, 150 CU FT; Acetylene, 225 CU FT; Acetylene, 318 CU FT; Argon, 147 CU FT; Argon, 333 CU FT; Argon Helium CO2 (TRI-MX), 80 CU FT; Argon Ultra High Purity, 333 CU FT; Carbon Dioxide, 20 LB; Carbon Dioxide, 50 LB; MAPP Tank, 30 LB; Medical Oxygen, 25 CU FT; Medical Oxygen, 282 CU FT; Nitrogen, 40 CU FT; Nitrogen, 60 CU FT; Nitrogen, 137 CU FT; Nitrogen, 337 CU FT; Oxygen, 20 CU FT; Oxygen, 60 CU FT; Oxygen, 282 CU FT; and Propane, 20 LB. Item 0005. Rental, pick-up and delivery of compressed bottled gases and other related items to include the pick-up and disposal of Government-owned compressed gas cylinders and their contents during the Option Year Four period of performance, 09-30-2011 through 09-29-2012. Compressed bottled gases include: Acetylene, 10 CU FT; Acetylene, 40 CU FT; Acetylene, 150 CU FT; Acetylene, 225 CU FT; Acetylene, 318 CU FT; Argon, 147 CU FT; Argon, 333 CU FT; Argon Helium CO2 (TRI-MX), 80 CU FT; Argon Ultra High Purity, 333 CU FT; Carbon Dioxide, 20 LB; Carbon Dioxide, 50 LB; MAPP Tank, 30 LB; Medical Oxygen, 25 CU FT; Medical Oxygen, 282 CU FT; Nitrogen, 40 CU FT; Nitrogen, 60 CU FT; Nitrogen, 137 CU FT; Nitrogen, 337 CU FT; Oxygen, 20 CU FT; Oxygen, 60 CU FT; Oxygen, 282 CU FT; and Propane, 20 LB. STATEMENT OF WORK: The Department of Homeland Security, Federal Emergency Management Agency, Mount Weather Emergency Operations Center (DHS, FEMA, MWEOC) located at 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, has a requirement for a contractor to provide various sizes and types of compressed bottled gases and other related items. In addition, the contractor shall dispose of Government-owned compressed gas cylinders and their contents. OBJECTIVES: The objective is to establish a Blanket Purchase Agreement (BPA) to provide rental, pickup and delivery of various types and sizes of compressed gas cylinders. The contractor shall also provide pickup and proper disposal of Government-owned compressed gas cylinders including the contents if applicable. These cylinders to be disposed of shall contain only gases normally provided by the contractor. Substances other than compressed gases may be requested through this BPA. The quantities of compressed gas and/or other substance will vary depending on DHS, FEMA, MWEOC requirements. Call orders for compressed gas or other substances will be placed by DHS, FEMA, MWEOC personnel. These call orders will specify the quantity, size and type of compressed gas needed. The contractor should begin services under this BPA as soon as possible after award of the BPA. Calls for delivery and pickup services are estimated to be no more than once per week or as needed to meet DHS, FEMA, MWEOC requirements. CONTRACTOR RESPONSIBILITIES: After DHS, FEMA, MWEOC personnel place a call for services, the contractor is responsible for pickup or delivery of the requested items at Building 329, DHS, FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. The contractor will ensure that all cylinders delivered are full and of the size and type requested on the BPA call placed by DHS, FEMA, MWEOC personnel. Before delivery, all cylinders will be hydro-tested and labeled according to safety regulations. In addition, the contractor will, at the Government?s request, properly dispose of Government-owned cylinders including contents, if applicable. These pickup/delivery services shall be performed on the agreed upon day, Monday through Friday, between the hours of 7:30 a.m. and 3:00 p.m. The contractor is required to provide identification information, as specified in the BPA, for all contractor employees entering the MWEOC facility. All packing lists, delivery receipts and invoices must contain the BPA number and call number as well as a detailed description of the services performed. The contractor will invoice for items delivered or services performed in accordance with the price list provided by the contractor. Contractor invoices must not bill for more than one call number on each invoice; each call number is to be billed separately. Invoices that are determined to be improper for payment may be returned to the contractor for revision before being scheduled for payment. PERIOD OF PERFORMANCE: This agreement includes a base period of performance which may be extended for up to four option years. The total duration of this agreement, including the exercise of any option year, shall not exceed sixty months. The base period of performance will begin on 09-30-2007 and continue through 09-29-2008. The period of performance for each option year, if exercised, will be: Option Year One - 09-30-2008 through 09-29-2009; Option Year Two - 09-30-2009 through 09-29-2010; Option Year Three - 09-30-2010 through 09-29-2011; Option Year Four - 09-30-2011 through 09-29-2012. SPECIAL QUALIFICATIONS: The Contractor shall be licensed to perform work in Virginia, have the required insurance, and be certified by appropriate federal and state regulatory agencies to meet federal and local requirements in the handling, transportation and disposal of bottled gas substances. EVALUATION INFORMATION: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable. In order to be found technically acceptable, the offeror must be capable of providing the required services as specified in the Statement of Work. The Contractor shall provide the following information in order for the Government to make a determination of technical acceptability: A. The Contractor shall provide a statement that it has not been terminated for default in the past three years. B. The Contractor shall provide three references to support it?s capability to deliver quality work in a timely manner. References shall include a current point of contact and telephone number. C. The Contractor shall provide proof they are licensed to perform work in the state of Virginia, have the required insurance, and are certified by appropriate federal and state regulatory agencies to meet federal and local requirements in the handling, transportation and disposal of bottled gas substances. The Contractor?s offer should contain individual unit prices for each bottled gas substance for the base and each option year. If surcharges apply to any bottled gas substance, please include the surcharge in the total unit price for that item. The contractor?s offer should also include annual pricing for the base and each option year, for all delivery charges, rental charges, and hazardous material handling charges as well as any additional fees charged by the offeror. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items? and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, and 52.232-33. Applicable clauses incorporated by reference are: 52.204-7, 52.204-9, 52.208-8, 52.211-16, 52.213-3, 52.232-1, 52.232-18, 2.232.23, 52.232-25, 52.233-4, 52.236-13 and 52.243-1 and HSAR clause 3052.228-70. HSAR clauses 3052.204-71 ?Contractor Employee Access? and 3052.209-70 ?Prohibition on Contracts with Corporate Expatriates? also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. MWEOC is a restricted Government facility and requires favorable police background checks for all Contractor personnel requiring access to the facility. The Contractor shall submit, on forms to be provided by the Government, the following information concerning all employees who must have access to MWEOC: Employer (Contractor or subcontractor), Full Name, Address, Social Security Number, Date and Place of Birth, Citizenship (must be US), Height, Weight, Color of eyes and hair. This information must be provided at least 10 working days prior to entry of the facility. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 4:00 PM/EST, 09-20-2007 and may be emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631. Mailed responses shall be addressed to FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Ms. Phyllis Woodward, Bldg. 413. Emailed and/or faxed responses are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631 and received no later than 12:00 PM/EST, 09-18-2007. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
- Place of Performance
- Address: DHS, Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA
- Zip Code: 20135-2006
- Country: UNITED STATES
- Record
- SN01405405-W 20070915/070913220629 (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 |