SOLICITATION NOTICE
99 -- Combined Synopsis/Solicitation for bulk fuel transportation from Camp Buehring Kuwait to Camp Bucca and Camp Basra Iraq.
- Notice Date
- 12/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424710
— Petroleum Bulk Stations and Terminals
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10RBUCCA
- Response Due
- 12/11/2009
- Archive Date
- 2/9/2010
- Point of Contact
- Lorrie Schmidt, (309)782-0673
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(lorrie.schmidt@us.army.mil)
- Small Business Set-Aside
- N/A
- 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 services 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. Proposals are due in to the Rock Island Contracting Center (RICC) NLT 11 DEC 2009, 3:00 PM CDT. Award is anticipated approximately 18 DEC 2009. Period of Performance will commence 1 Jan 2010. (II) This Request for Proposal (RFP) is issued as full and open on an unrestricted basis. Award will be made utilizing a Lowest Price, Technically Acceptable (LPTA) Source Selection Process In Accordance With (IAW) FAR Clause 15.101-2. It is anticipated a Firm Fixed Price (FFP) type contract for a period of 18 months will be awarded. There will be no option available on this contract. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is a full and open competitive procurement. The associated NAICS code for this acquisition is 424710. (V) The CLIN ranges will be priced in the ranges shown below as shown in Attachment A00003, Pricing Spreadsheet. a. CLIN 0001 will be for Bucca Prime Mover and Tanker Quantity Ranges per Month Price Per Asset 1 - 100 101 - 150 151 - 200 201 - 250 250 - 350 b. CLIN 0002 will be for Bucca Bobtail Support Quantity Ranges per Month Price Per Asset 1 - 10 11 - 20 21 - 30 31 - 40 41 - 50 c. CLIN 0003 will be for Basra Prime Mover and Tanker Quantity Ranges per Month Price Per Asset 1 - 100 101 - 150 151 - 200 201 - 250 250 - 350 d. CLIN 0004 will be for Basra Bobtail Support Quantity Ranges per Month Price Per Asset 1 - 10 11 - 20 21 - 30 31 - 40 41 - 50 e. CLIN 0005 will be used for Contractor Manpower Reporting (VI) The RICC hereby requests proposals for bulk fuel transportation from Camp Buehring, Kuwait to Camp Bucca and Camp Basra, Iraq. The required services are to provide the prime mover (tractor), tanker trailers, drivers, and associated equipment to load, transport and discharge bulk fuel. Services shall be performed in accordance with the Performance Work Statement (PWS) Version 1.0 dated 24 NOV 2009 enclosed as Attachment A00004. (VII) Proposals are to be submitted as FOB Destination and in U.S. Dollars. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial in Attachment A00001 and A00002. (IX) The following provisions in their latest editions apply to this solicitation: FAR 52.212-2, Evaluation Commercial Items. The factors used to evaluate offers are on Attachment A00005. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. A copy has been posted at www.fbo.gov. (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following additional FAR provisions and those listed on Attachment A00006 are added as an Addendum to this procurement: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995). FAR Clause 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) FAR Clause 52.228-3, Workers Compensation Insurance (Defense Base Act). FAR Clause 52.228-5, Insurance Work on a Government Installation. FAR Clause 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) FAR Clauses added by reference only are as follows: 52.204-7 Central Contractor Registration; 52.222-41 Service Contract Act Of 1965; 52.222-42, Statement Of Equivalent Rates For Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports ; DFAR Clause 952.222-0001, Combating Trafficking in Persons (Jul 2009) (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers, will be posted on the following website: www.fbo.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FED BIZ OPS website. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than, 1:00 P.M. EST, 08 DEC 2009. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Point of Contact for this solicitation is Samuel Guzzo, 309-782-0335 or Lorrie Schmidt, 309-782-0673. To receive Attachments 0001 thru 0006 please contact Lorrie Schmidt at lorrie.schmidt@us.army.mil or Sam Guzzo at samuel.guzzo@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49b46dac0a0dd1989375888cab5dbaa0)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN:CCRC-RK Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02016907-W 20091206/091204235046-49b46dac0a0dd1989375888cab5dbaa0 (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 |