SOLICITATION NOTICE
68 -- Fuel Oil/Propane - Description of Requirements
- Notice Date
- 10/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 454311
— Heating Oil Dealers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-12-Q-FUEL
- Archive Date
- 11/12/2011
- Point of Contact
- Bryant (Lackland) Soule, Phone: 315-330-4723
- E-Mail Address
-
bryant.soule@rl.af.mil
(bryant.soule@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description of Requirements Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-Q-FUEL is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20111004. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being issued as a Total Small Business Set-Aside under NAICS code 454311 and small business size standard of 50 employees The contractor on a Firm Fixed Price (FFP) basis shall furnish and deliver diesel, kerosene, and propane to government owned tanks at Rome Research Site, Newport facility, and Stockbridge Test Site in accordance with the attached Statement of Requirements dated 12 October 2011. Deliveries will be required for a period of 1 year from date of contract award. The contractor must auto-fill all tanks at the middle and end of each month during the winter heating season of October through April. The contractor also is required to respond to requests for fuel delivery and complete delivery within five working days of notification. A list of persons authorized to request fuel deliveries will be provided by the Contracting Officer at time of contract award. The heating fuels to be delivered and the total estimated quantities are: ITEM 0001: DF1 Diesel Fuel High Sulfur, Winter (NSN 9140-00-286-5286) QTY: 3,400 gallons ITEM 0002: Propane, Type II (Federal Specification BBG-110, 95% Odorized) QTY: 17,400 gallons The estimated period of performance is 01 November 2011 through 31 October 2012. The places of delivery, acceptance, and FOB Destination point are as follows: Rome Research Site, Rome, NY 13441, Newport Test Facility Newport, NY 13431, Stockbridge Test Facility Stockbridge, NY 13421. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due by 3:00 PM (EST) FRIDAY 28 OCTOBER 2011. Submit to: AFRL/RIKO, Attn: Bryant Soule, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Bryant.Soule@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (Please identify contracts in which your firm has completed at least 50% of the work as the prime contractor, specifically work done by your firm's labor force and/or equipment, but not solely management. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors of your firm.) (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within five (5) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. Information may be obtained at http://www.ccr.gov or 888-227-2423. EVALUATION PROCEDURE. Contract award will be made to the responsible offeror whose quote is the most advantageous for the government based on: (i) PRICE and (ii) PAST PERFORMANCE. Past performance is approximately equal to price. The representations and certifications in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and Alternate I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (B) of this provision and submit it with their proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Alt III, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and DFARS provisions and clauses also apply: 52.223-3, Hazardous Material Identification and Material Safety Data 252.223-7001, Hazard Warning Labels (Dec 1991) 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7007, Limitation of Government's Obligation 252.232-7010, Levies on Contract Payments 252.246-7003, Notification of Potential Safety Issues 52.232-18, Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-904-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Point of contact: Bryant Soule, Contract Specialist, Phone (315) 330-4723, Fax (315) 330-2555, Email Bryant.Soule@rl.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-FUEL/listing.html)
- Record
- SN02608219-W 20111019/111017234058-f6f9a3508da26b7a1584307515190aa0 (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 |