Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
MODIFICATION

91 -- Bulk Fuel Delivery Services - Pricing Sheet

Notice Date
12/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
454310 — Fuel Dealers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE02-13-R-0296
 
Point of Contact
Stephen C. Gibson,
 
E-Mail Address
stephen.gibson@fema.dhs.gov
(stephen.gibson@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Sheet This is a combined synopsis/solicitation for commercial items under simplified acquisitions prepared in accordance with the format in FAR Subpart 12.6, and 13.3 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. HSFE02-13-R-0296 is issued as a Request for Proposal (RFP). HSFE02-13-R-0296 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 454310 with a small business size standard of 50 employees. This requirement is a Unrestricted Full and Open Competition. FEMA requires bulk fuel oil (diesel and gasoline) delivery for generators, light plants, and other equipment at various locations in the five Burroughs of New York, Long Island, Suffolk, Westchester and other counties at Disaster Recovery Center's (DRC's) recovery sites in accordance with the attached scope of work. The Offeror shall provide bulk fuel oil delivery re-fueling services. Bulk fuel oil delivery services are to be provided on a twice a week basis, with emergency re-fueling to be provided on an as needed basis within 24 hours of notice. Contract Line Item Number (CLIN) 0001 - Base Period - The period of performance is 12/18/12 - 3/17/13. The contractor shall provide diesel fuel twice a week to FEMA sites located throughout the state of New York. The current delivery addresses are included as an attachment to this solicitation. Additional locations may be added within the state of New York and Pennsylvania. CLIN 0002 - Base Period - The period of performance is 12/18/2012 - 3/17/13. The contractor shall provide regular unleaded gasoline twice a week to FEMA sites located throughout the state of New York. The current delivery addresses are included as an attachment to this solicitation. Additional locations may be added within the state of New York and Pennsylvania. CLIN 0003 - Delivery CLIN 0004 - The contractor shall provide emergency fueling services (Diesel) on an as need basis. CLIN 0005 - The contractor shall provide emergency fueling services (regular unleaded) on an as need basis. CLIN 0006 - Emergency Delivery CLIN 1001 Option Period 1 - The period of performance is 3/18/13 - 4/17/13. The contractor shall provide off road diesel fuel to FEMA sites located throughout the state of New York and Pennsylvania. CLIN 1002 Option Period 1 - The period of performance is 3/18/13 - 4/17/13. The contractor shall provide regular unleaded gasoline to FEMA sites located throughout the state of New York and Pennsylvania. CLIN 1003 - Delivery CLIN 1004 - The contractor shall provide emergency fueling services (Diesel) on an as need basis. CLIN 1005 - The contractor shall provide emergency fueling services (regular unleaded) on an as need basis. CLIN 1006 - Emergency Delivery CLIN 2001 Option Period 2 - The period of performance is 4/18/13 - 5/17/13. The contractor shall provide off road diesel fuel to FEMA sites located throughout the state of New York and Pennsylvania. CLIN 2002 Option Period 2 - The period of performance is 4/18/13 - 5/17/13. The contractor shall provide regular unleaded gasoline to FEMA sites located throughout the state of New York and Pennsylvania. CLIN 2003 - Delivery CLIN 2004 - The contractor shall provide emergency fueling services (Diesel) on an as need basis. CLIN 2005 - The contractor shall provide emergency fueling services (regular unleaded) on an as need basis. CLIN 2006 - Emergency Delivery CLIN 3001 Option Period 3 - The period of performance is 5/18/13 - 6/17/13. The contractor shall provide off road diesel fuel to FEMA sites located throughout the state of New York and Pennsylvania. CLIN 3002 Option Period 3 - The period of performance is 5/18/13 - 6/17/13. The contractor shall provide regular unleaded gasoline to FEMA sites located throughout the state of New York and Pennsylvania. CLIN 3003 - Delivery CLIN 3004 - The contractor shall provide emergency fueling services (Diesel) on an as need basis. CLIN 3005 - The contractor shall provide emergency fueling services (regular unleaded) on an as need basis. CLIN 3006 - Emergency Delivery Instructions to Offerors: Offerors shall provide a price proposal that includes: 1) A proposed price per gallon using the sample OPIS of $4.513/gallon for diesel and $3.901/gallon for regular unleaded gasoline, for price analysis purposes. The Government will pay the current OPIS price at the time of delivery plus the accepted mark-up price. 2) Offerors shall provide a proposed delivery route. 3) The contractor shall provide three (3) past performance references for similar services to include the point of contact name, phone and contract number under which services were provided. If no past performance exists, the offeror shall state this in the proposal. Price proposals shall be submitted using the Attached sample pricing sheet. For Offerors proposals to be considered responsive proposals shall contain the following: DUNS#, Pricing Proposal using the Sample Pricing Sheet, All Certs and Reps, proposed delivery route, and minimum 3 Past Performance references or statement of no past performance. PLEASE SEND EMAIL RESPONSE WITH PRICE PROPOSAL, PROPOSED FUEL ROUTE, DUNS# (ACTIVE ONLY), AND ALL REPS AND CERTIFICATIONS. SUBMIT EMAIL RESPONSES TO STEPHEN.GIBSON@FEMA.DHS.GOV BY 5:00PM (EST) FRIDAY DECEMBER 14, 2012. Clauses: The full Federal Acquisition Regulation (FAR) clause text may be found at: http://www.arnet.gov/far/ The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. It is the Governments intent to award a Firm Fixed price contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: past performance and price. Past performance is more important than price. As past performance merits become equal among offerors, then price becomes more important than past performance. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected offeror(s) must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror(s) must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; HSAR 3052.209-70, Prohibition on Contracts With Corporate Expatriates; 52.209-10, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. Additional contract requirements included by reference: 52.217-9 Option to Extend the Term of the Contract (Mar 2000), fill-in (a) 7 days and 30 days, fill-in (c) three years. The contractor shall provide information for the following clauses: 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997); 52.212-4, Contract Terms and Conditions-Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE02-13-R-0296/listing.html)
 
Place of Performance
Address: Various locations in NY and PA, United States
 
Record
SN02947087-W 20121214/121212234324-a27a9bdf08601463d5f4f3c6e65e7b8a (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.