Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

91 -- Furnish and deliver non-highway diesel fuel at remote site in New Madrid, MO.

Notice Date
10/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE12T0001
 
Response Due
11/3/2011
 
Archive Date
1/2/2012
 
Point of Contact
Kisha M. Craig, 601-631-5084
 
E-Mail Address
USACE District, Vicksburg
(kisha.m.craig@usace.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 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. Solicitation No. W912EE-12-T-0001 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS Code for this procurement is 424710 (SIC 5172) with a size standard of 100 Employees. This requirement is set aside 100% for small businesses, and a waiver has been granted for the non-manufacturer's rule. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement to provide all plant, labor, equipment, materials, and supplies to furnish and deliver off road or non-highway # 2 diesel fuel to a remote construction site in accordance with the specifications. Specifications. The vendor shall provide and set up on site a 5000 gallon double wall fuel tank equipped with one 12 volt fuel transfer and one 110v transfer pump. Both of the pumps shall be equipped with filter assemblies designed for water separation as well as contaminate filtering. The vendor shall deliver the fuel incrementally as needed such that there is a minimum of 1500 gallon reserve in the tank at all times. The total quantity of fuel delivered shall not exceed 26,000 gallons. Duration of work at the construction site is expected to be 60-90 days. At conclusion of the work the vendor shall remove any remaining fuel from the tank and provide credit to the government for the unused portion based on the bid price cost per gallon. The vendor shall remove the tank and pump from the construction site at conclusion of the work. In the event of failure of either of the pumps the vendor shall repair or replace the pump within 24 hours. The vendor shall provide a supply of replacement filters for the pumps. The job location will be located off Co Rd 404 within a mile of coordinates 36.584142, -89.487064.From New Madrid, Mo. take State Highway P 4.06 miles east, at split take State Highway P 0.51 miles south, take County Road 404 3.8 miles west to levee coordinates and tank location. Evaluation Criteria. The offeror shall be evaluated according to technical capability, past performance and price. Technical capability is defined as documented ability to perform the required work or work of similar scope and complexity; of satisfactory quality, and with timely delivery of services. Ability to perform the work may be demonstrated through documented experience of the company and/or the key personnel and crew who will be performing the work, equipment lists, or other information/documentation of the company's capability. Sufficient information/documentation must be provided for the Government to evaluate the offeror's capability. Failure to provide sufficient documentation may cause your offer to be rejected. Past performance must be documented by providing complete contact information of individuals/organizations for whom work was performed of a similar scope and complexity. This contact information must be sufficient to allow the Government to verify satisfactory past performance on contracts of a similar nature, size, scope, and complexity; providing timely delivery and satisfactory quality. Failure to provide sufficient satisfactory past performance information may cause your offer to be rejected. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet at least the minimum technical requirements for capability to perform. Capability to Perform is defined as meeting the minimum requirements for satisfactory technical capability and satisfactory past performance. A finding of not qualified in either area will cause the entire proposal to be determined unacceptable. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. All offerors must complete annual representations and certifications on-line at http://orca.bpn.gov or present a completed copy of 52.212-3 appropriate for the NAICS Code for this solicitation - 424710. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items also applies to this acquisition. The following clauses included in 52.212-5 are also applicable to this procurement: 52.203-6 Restriction on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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 Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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 following Clauses are also applicable to this acquisition: 252.204-7004 Alt A, Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items, 252.232-7010 Levies on Contract Payments. For additional information please contact your Contracting Agency's representative the Contracting Officer or the Contracting Specialist. See Clause 252.204-7004, If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 3 November 2011 not later than 4:00 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Kisha M. Craig. For information concerning this solicitation contact Kisha M. Craig at 601-631-5084 or email at Kisha.M.Craig@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE12T0001/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02613838-W 20111029/111027234205-7e34e72e7c956d06e54e32dcd7f7751c (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.