SOLICITATION NOTICE
68 -- Supply and Deliver Propane Gas
- Notice Date
- 6/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018912R0050
- Response Due
- 7/2/2012
- Archive Date
- 7/17/2012
- Point of Contact
- Matthew Morelewski 757-443-1380 Pat Munroe
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 “ Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF A SOLICITATION WILL NOT BE AVAILABLE. The Request for Proposal (RFP) number is N00189-12-R-0050. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, Norfolk VA, 23511-3392 intends to issue a Firm Fixed-Price contract for delivery of approximately 106,106 gallons of propane to the sites located at the United States Naval Academy, Annapolis, MD; Naval Surface Warfare Center (NSWC), Indian Head, MD; NSWC Dahlgren, VA; Naval Air Station (NAS) Patuxent River, Solomon ™s Annex, MD and NAS Patuxent River, Webster Field, MD. Delivery of the propane will be required during the period of 16 July 2012 through 15 July 2013. The North American Industry Classification System code for this acquisition is 325120 and the small business size standard is 1000 employees. This solicitation document incorporates provisions and clauses in effect through FAC 2005-53 and the Defense FAR Supplement (DFARS) interim and final rules. It is the responsibility of the contactor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is a competitive, unrestricted action. NAVSUP FLCN Contracting Department requests responses from qualified sources capable of providing the propane. FOB Destination applies. Responsibility and Inspection; unless otherwise specified, the supplier will be responsible for the performance of all inspection requirements and quality control. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. The following FAR and DFARS provisions and clauses are applicable to this procurement and are incorporated by reference: 52.204-9 “ Personal Identity Verification of Contractor Personnel (JAN 2011) 52.209-5 “ Certification Regarding Responsibility Matters (APR 2010) 52.212-1 - Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3 - Offeror Representations and Certifications--Commercial Items (APR 2012) Alternate I (APR 2011) 52.212-4 “ Contract Terms and Conditions “ Commercial Items (FEB 2012) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2012) 52.203-6 “ Restrictions on Subcontractor Sales to the Government (DEP 2006) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6 “ Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.209-10 “ Prohibition on Contracting with Inverted Domestic Corporations 52.219-4 “ Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 52.219-8 “ Utilization of Small Business Concerns (JAN 2011) 52.219-28 - Post Award Small Business Program Representation (APR 2012) 52.222-3 - Convict Labor (JUN 2003) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 - Prohibition of Segregated Facilities (FEB 1999) 52.222-26 - Equal Opportunity (Mar 2007) 52.222-35 “ Equal Opportunity for Veterans (SEP 2010) 52.222-36 - Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 “ Employment Reports on Veterans (SEP 2010) 52.222-40 “ Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54 “ Employment Eligibility Verification (JAN 2009) 52.223-18 - Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-13- Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33- Payment by Electronic Funds Transfer-CCR (OCT 2003) 52.216-1 “ Type of Contract (APR 1984) 52.223-3 “ Hazardous Material Identification and Material Safety Data (JAN 1997) 52.223-5 “ Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-11 “ Ozone-Depleting Substances (MAY 2001) 52.229-3 “ Federal, State and Local Taxes (APR 2003) 52.233-1 “ Disputes (JUL 2002) 52.233-2 “ Service of Protest (SEP 2006) 52.237-2 “ Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 - F.O.B. Destination (NOV 1991) 52.252-2 “ Clauses Incorporated by Reference (FEB 1998) 252.203-7005 “ Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7003 “ Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A (SEP 2007) 252.209-7999 “ Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (JAN 2012) 252.211-7003 Alt I - Item Identification and Valuation (JUN 2011) Alternate I (DEC 2011) 252.212-7000 “ Offeror Representations and Certifications “ Commercial Items (JUN 2005) 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2012) 52.203-3 Gratuities (APR 1984) 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7012 “ Preference for Certain Domestic Commodities (JUN 2010) 252.225-7021 “ Trade Agreements (JAN 2012) 252.243-7002 “ Requests for Equitable Adjustment (MAR 1998) 252.247-7023 “ Transportation of Supplies by Sea (MAY 2002) 252.223-7001 “ Hazard Warning Labels (DEC 1991) 252.223-7008 “ Prohibition of Hexavalent Chromium (MAY 2011) 252.225-7020 “ Trade Agreements Certificate (JAN 2005) 252.232-7010 - Levies on Contract Payments (DEC 2006) 252.237-7016 “ Delivery Tickets (DEC 1991) 252.243-7001 “ Pricing of Contract Modifications (DEC 1991) In addition, the following NAVSUP FLCN clauses apply; 5252.243-9400 “ Authorized Changes Only by the Contracting Officer (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Patricia E. Munroe ADDRESS: NAVSUP Fleet Logistics Center Norfolk Contracting Department 1968 Gilbert St, Suite 600 Norfolk, VA 23511 (End of Clause) 5252.NS-046P - Prospective Contractor Responsibility (1 Aug 2001) (FLC Norfolk) PROSPECTIVE CONTRACTOR RESPONSIBILITY In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) 5252.232-9000 “ Submission of Invoices (Fixed Price (JUL 92) (a)"Invoice" as used in this clause does not include Contractor requests for progress payments. (b)The Contractor shall submit original invoices with three (3) copies to the address identified in the solicitation/contract award form (SF 26 - Block 10; SF 33 - Block 23; SF 1447 - Block 14), unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted to the address specified in the order (DD 1155 - Block 13 or SF 26 - Block 10). (c)The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F-401. (d)In addition to the requirements of the Prompt Payment clause of this contract, the Contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. (e)The Contractor shall prepare: ____ a separate invoice for each activity designated to receive the supplies or services. ____ a separate invoice for each shipment to the activity designated to receive the supplies or services. ____ a consolidated invoice covering all shipments delivered under an individual order. __X__ any of the above. (f)If acceptance is at origin, the Contractor shall submit the MIRR or other acceptance verification directly to the designated payment office. If acceptance is at destination, the consignee will forward acceptance verification to the designated payment office. MAIL INVOICES TO: (PROVIDED AT TIME OF AWARD) (End of text) Vendors are reminded to include a completed copy of FAR 52.212-3 and DFARS 252.225-7020 with their submissions. Due to space limitation, the following attachments are a part of this combined synopsis/solicitation document; AttachmentsTitlesNo. of Pages 1Addendum to FAR 52.212-1 2 2FAR 52.212-2 Evaluation “ Commercial Items (JAN 1999) 3 3Past Performance Questionnaire 3 4Delivery Sites and Quantities 2
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912R0050/listing.html)
- Record
- SN02780188-W 20120621/120619235809-cbde7239bac8e6210d1b9d4ff96a32d2 (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 |