Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
SOLICITATION NOTICE

91 -- Aviation Fuel Services

Notice Date
6/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Business Center, ADQ- Boise, NBC, ACQUISITION SERVICES DIVISION, BOISE BRANCH 300 E. MALLARD DR., STE 200 BOISE ID 83706
 
ZIP Code
83706
 
Solicitation Number
808RFQ0006
 
Response Due
6/30/2008
 
Archive Date
6/18/2009
 
Point of Contact
HELEN WATSON CONTRACTING OFFICER 2084335024 helen_watson@nbc.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Department of the Interior is seeking supplier of 100 LL avgas aviation fuel and Aeroshell 15W50 synthetic oil for delivery into aircraft at the Lakeville, Minnesota, Air Lake Airport (LVN). Most deliveries will be full-service pump, required Monday through Friday, 8:00 a.m. to 5:00 p.m. Performance shall be in accordance with National Fire Protection Association (NFPA) Manual 407, the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13.105, applicable Federal Aviation Regulations, agency policy, and industry or manufacturers' bulletins and alerts. NAICS Codes/Descriptions: 488190 - Other Support Activities for Air Transportation; Fueling aircraft on a contract or fee basis. Size Standard is $6,000,000 in average annual receipts. ESTIMATED QUANTITY - Fuel Base Year: 10,000 gallons, with estimated 75 gallons per delivery. Fuel Option Year: 10,000 gallons, with estimated 75 gallons per delivery. Minimum order quantity is 300 gallons per year; maximum is 12,000 gallons per year. Estimate 100 quarts of oil each year. BASE PRICE and not-to-exceed (NTE) unit prices will be established at the time of contract award. Pricing will be based on the current market rate as established in an agreed upon published price list such as http://www.airnav.com/fuel/local.html or http://100ll.com, less any discounts offered. Actual price paid will be the published price in effect at the time of each delivery less any discounts offered but may not at any time exceed the NTE rate established in the contract. The initial NTE rate established for the contract will be the published price offered plus 15%. For evaluation purposes offers will be evaluated inclusive of option. For evaluation purposes the base price less any offered discounts will be multiplied by total estimated quantities to obtain total estimated price. Option year award will be made if requirement still exists and option year price is determined to be best value choice for the government given market conditions at time of exercise of option. ECONOMIC PRICE ADJUSTMENTS may be made by contract modification to the base price at anytime the price from the agreed upon published price exceeds the contract NTE unit price. OPTION YEAR NTE PRICE shall be determined at the time the government exercises its option to renew the contract. Option year NTE price shall be established by applying the base year percentage of price increases or decreases to the agreed upon published price list in effect at the time the option is exercised. INVOICES will be submitted monthly. REQUIREMENTS will be procured using commercial item procedures. A single best value award selection will be made based on price and other factors in accordance with FAR 52.212-2, Evaluation-Commercial Items. Upon award the Government will issue purchase order to selected offeror. PLACE OF PERFORMANCE - Lakeville, Minnesota, Airlake Airport (LVN) vicinity PERIOD OF PERFORMANCE - Base year is one year from date of award. Option year is for one additional year (24 month total.) INTERESTED OFFERORS may express interest by submitting a quote by fax or email or by notifying contact name provided in this announcement. The quote shall include:1. A copy of this announcement or the announcement number "808RFQ0006"2. Vendor Contact information3. Self-service 100 LL avgas aviation fuel unit price for use as base price 4. Full-service 100 LL avgas aviation fuel unit price for use as base price5. Aeroshell 15W50 synthetic oil and cost per quart6. Discount, if any7. Hours of operation; after hours contact information, if any8. Name/Location of Published Price List to use to establish base price9. Any information or value-added items pertinent to services offered 10. Expiration date of prices offered TERMS & CONDITIONS - FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE:Any orders or contracts awarded will incorporate one or more (FAR) 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 http://acquisition.gov/comp/far/index.html.*52.204-07 *Central Contractor Registration, April 200852.212-01 Instructions to Offerors--Commercial Items, June 2008**52.212-03 **Offeror Representations and Certifications - Commercial Items, June 200852.212-04 Contract Terms and Conditions--Commercial Items, February 200752.212-05 (SAP) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, June 200852.216-18 Ordering, October 199552.216-19 Order Limitations, October 199552.216-22 Indefinite Quantity, October 199552.217-05 Evaluation of Options, July 199052.217-07 Option for Increased Quantity-Separately Priced Line Item, (Mar 1989) 52.225-07 Waiver of Buy American Act for Civil Aircraft and Related Articles, February 200052.225-08 Duty- Free Entry, February 200052.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) *CENTRAL CONTRACTOR REGISTRATION (FAR 52.204-07) - All offerors must be registered in the central contractor registration (CCR) to be considered for award. CCR requirements may be obtained on the Internet at http://www.ccr.gov/ or by calling the CCR Registration Center at 1-888-227-2423. **FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS - This clause also applies but full text is not provided herein because of the length of the clause. Offerors may electronically complete the annual representations and certifications at http://orca.bpn.gov or complete a statement at the time of award. INTERESTED OFFERORS may contact Helen Watson via e-mail at Helen_Watson@nbc.gov, or by fax to 208-433-5030, or by mail to Helen Watson, Aviation Management, 300 East Mallard Drive, Suite 200, Boise, ID 83706.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e05716fcc6d795bfb567992cb6d6fcbc&tab=core&_cview=1)
 
Place of Performance
Address: Air Lake Airport, Lakeville, MN
Zip Code: 55044
 
Record
SN01595633-W 20080620/080618215153-e05716fcc6d795bfb567992cb6d6fcbc (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.