Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
SOLICITATION NOTICE

68 -- Maintain and Refill Propane Tanks

Notice Date
9/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
211112 — Natural Gas Liquid Extraction
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L09T0106
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
patricia.highsmith, 5804424604
 
E-Mail Address
ACA, Fort Sill
(patricia.highsmith@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Solicitation W9124L-09-T-0106 is a Request for Quotations (RFQ) for the services to maintain and refilled Propane Tanks. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36, effective September 10, 2009. This acquisition is set aside for small business, the associated NAICS code is 454312, and size standard is 50 employees. This solicitation is issued under FAR Subpart 13.5 -- Test Program for Certain Commercial Items Requirement is as follows: This solicitation represent a Firm Fixed Price requirement. Proposals are due 25 September 2009, 4:00 p.m., CDST. Please provide quotes in the spaces below for the following CLIN(s): CLIN 1000: Base Year FY 10 (1 October 2009 - 30 September 2010). Quantity 24,000, Unit is Gallons - Maintain Propane Tanks. Maintain propane tanks to support the Mobile Kitchen Trailers for feeding Mission Refill tanks. Provide regulators and connections needed for proper use as required by Government regulations. Propane will be delivered on call within 72 hours. Must be able to produce an estimated 2,351,000 BTUs daily. Delivery POC: Jonathan Williams, 580-442-1896. Location: Bldg 1602, Fort Sill, OK. Unit Price $__________. CLIN 1001: Base Year - Accounting for Contract Support, Contracting Manpower Reporting Application Yearly report due Oct 31, 2010. Unit Price $__________. CLIN 1002: Base Year FY 10 (1 October 2009 - 30 September 2010). Quantity 1, Unit is each - Relocate Tanks. Unit Price $__________ CLIN 2000: Option Year One FY 11 (1 October 2010 - 30 September 2011). Quantity 24,000, Unit is Gallons - Maintain Propane Tanks. Maintain propane tanks to support the Mobile Kitchen Trailers for feeding Mission Refill tanks. Provide regulators and connections needed for proper use as required by Government regulations. Propane will be delivered on call within 72 hours. Must be able to produce an estimated 2,351,000, BTUs daily. Delivery POC: Jonathan Williams, 580-442-1896. Location: Bldg 1602, Fort Sill, OK. Unit Price $__________. CLIN 2001: Option Year One - Accounting for Contract Support, Contracting Manpower Reporting Application Yearly report due Oct 31, 2011. Unit Price $__________. The following clauses are applicable to this acquisition and incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-37 F.O.B Destination, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, DFARS 252.211-7003 ALT I Item Identification and Valuation, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52,222-50, 52.225-13, and 52.232-36. The following clauses are applicable to this acquisition and incorporated by full text: DFAR 25.201-7000, Contracting Officer Representative, FAR 52.222.54, Employment Eligibility Verification, FAR 52.252-2 Clauses Incorporated by reference. DFARS 252.212-7001, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.232-7003, and 252.243-7002, 252.247-7023. Clause and provision incorporated by Reference: FAR 52.212-1 Instructions to Offerors Commercial Items, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, That Are Owned or Controlled By The Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications Commercial items; 252.225-7031 Secondary Arab Boycott of Israel; 52.211-16 Variation in Quantity, Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications-Commercial Items. The following provisions are incorporated by full text: 52.252-1 Solicitation Provisions incorporated by Reference. CLARIFICATION CLAUSES CLARIFICATIONS AND ADDITIONAL REQUIREMENTS: APACHE GATE DELIVERY INFORMATION: All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY: No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. CHANGES: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS: The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. PAYMENTS: In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month in the format described below. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank, GPC Payment Services, and PO Box 6313, Fargo, ND 58125-6313. The purchase card to be used is: GSA Smart Pay Purchase Card (GPC), SUBMISSION FORMAT FOR INVOICES: VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES: Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES: The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. POINT OF CONTACT: The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS: The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. IDENTIFICATION OF CONTRACTOR EMPLOYEES: The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employees name, contractors name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractors e-mail address shall include the company name together with the persons name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that persons e-mail address includes the name of their company. WORK FORCE: The successful bidder shall not hire persons not legally residing in the United States of America. Clause and provision incorporated by full text: AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. The protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel, Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875, Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command, Office of Command counsel Room 2-1 SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009): (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. CLARIFICATION PROVISIONS: EVALUATION AND AWARD: The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). CLARIFICATION OF THIS SOLICITATION: Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Vicki Highsmith at email patricia.highsmith@us.army.mil and Lisa.g.Slagle at email patricia.highsmith@us.army.mil. Clarifications and/or questions are due by 4:00 p.m. CST, September 22, 2009. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES: This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES: If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD: A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK35/W9124L09T0106/listing.html)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN01962408-W 20090921/090919233858-e6d79236cc3511a7c640a4a4f87cbc71 (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.