Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

91 -- Bulk Fuel for Panther Swamp NWR

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US
 
ZIP Code
00000
 
Solicitation Number
F14PS00722
 
Response Due
7/10/2014
 
Archive Date
8/9/2014
 
Point of Contact
Jamese Promise
 
E-Mail Address
email address
(jamese_promise@fws.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
I. 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; quotes are being requested and a written solicitation will not be issued. This solicitation number F14PS00722 is being issued as a request for quote (RFQ) with intent to issue a single Firm-Fixed Price purchase order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. II. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. This action is being solicited as a small business set-aside and only qualified offerors may submit a quote. The NAICS Code associated with this requisition is 424710, Petroleum Bulk Stations and Terminals, with a small business size standard of 100 employees. III. This procurement is for the purchase and delivery of Highway Diesel (Ultra Low Sulfur) and Unleaded Gasoline (up to 10% Ethanol E10) to Panther Swamp NWR. Total gallons are dependent on the Refuge needs, weather and market volatility. IV. Offerors are cautioned that a warranted Contracting Officer is the only authorized Government Representative to make any contractual changes once an award is made. No oral statement of any person whomsoever shall, in any manner or degree modify or otherwise affect the terms of this Purchase Order. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the Purchase Order price to cover any increase in costs incurred as a result thereof. The CO for this order is Jamese Promise at jamese_promise@fws.gov. V. Government Representative (GR): Authorized Government Point of Contact for this order is Charla Yelverton at charla_yelverton@fws.gov. She shall not, however, have the authority to make any changes in the purchase order. VI. Scope of work: The U.S. Fish and Wildlife Service, Region 4, Panther Swamp National Wildlife Refuge, Yazoo City, MS, desire to establish ha contract to procure bulk purchase and delivery of highway diesel and gasoline. Total gallons are dependent on refuge needs, weather and market volatility. The offeror shall provide fuel on a keep-full basis and/or deliver within two business days of notification. Deliveries must be made Monday through Friday, between the hours of 8:00AM and;00PM, excluding federal holidays. Fuel should be delivered by fuel truck equipped with an electric or fuel powered pump, utilizing proper safety precautions and following applicable environmental and HATZWPR procedures. Delivery tickets are required and must be signed by a Panther Swamp NWR employee at the time of delivery. The Government will be obligated only to the extent of authorized purchases actually made and shall pay only for actual quantities received. Individuals authorized to place order calls when necessary are Mike Rich, Seth Swafford, Dove Barnes, Hugh Durham, and Charla Yelverton. Tank Sizes: Highway Diesel 1,000 gallons Gasoline 1,000 gallons Product Specifications: Highway Diesel Fuel Ultra Low Sulfur Diesel. Bio-Diesel will not be accepted. Unleaded Gasoline Unleaded Gasoline up to 10% ethanol (E10) Bid Schedule: Offeror shall provide, on an as-needed basis, all materials, equipment, and service required to meet the specification contained herein. Service shall be provided on an as-needed basis based upon the following bid schedule: Pricing for this solicitation shall be based on the rack price the day of delivery using the OPIS daily Gasoline and Diesel Rack Price (using the appropriate city index for the area the fuel is purchased) plus offeror mark-up price per gallon for transportation, margin, applicable taxes and fee, etc. on a keep full basis and/or as needed basis. The offeror shall submit the Rack Price for that day with each invoice. VII. Delivery Location: Panther Swamp NWR, 12595 Mississippi Highway 149, Yazoo City, MS 39194. VIII. All interested Contractors shall provide a quote as follows: (1) SF 1449 is acceptable for submitting quote. Parties responding to this solicitation may also submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.), but at the minimum include the following information: (2) The Panther Swamp NWR is a Federal facility and is exempt from Federal taxes. Offer prices shall exclude Federal excise taxes (FET) but include all State/Local Taxes and Fees that the Government is NOT exempt from Paying. Provide only your mark-up price per gallon for transportation, margin, applicable taxes and fees, etc. in your proposal in dollar ($0.00) 0010 Base Period APPLICABLE TAXES PER GL (PLEASE DETAIL OUT EACH TAX AND THE AMOUNT OF EACH SEPARTELY). FREIGHT CHARGE MARGIN (MARK-UP) TOTAL OFFER PRICE $PER GL Off-Highway Diesel Gasoline (3) Company's name, point of contact, address, phone number, fax number, email address, solicitation number, item Description/Specification (Descriptive literature if applicable), total price (itemize price final total price),and approximate daily delivery schedule ( include number of trucks, amount to be delivered, and total number of days to complete requirement). Price(s) should be for FOB Destination. (4) A list of three (3) most recent past performance references for a similar purchase including name/point of contact, address, phone number, and email address; (5) Statement confirming registration in SAM (www.sam.gov). Statement confirming Representation and Certification completion within SAM. Provide account expiration date, cage code, DUNs number, and taxpayer ID number; (6) Statement confirming that you will accept electronic payment through IPP. (www.ipp.gov) NOTE: Any quotes not received by the due date and time specified in this synopsis/solicitation will be rejected. Additionally, any incomplete quote not containing the required information as stated in this solicitation may also be rejected. NOTE: The final quoted price(s), both total and individual, MUST include all applicable fees, gratuities, commissions, service charges, etc. IX. System for Award Management (SAM) Registration - A prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained via the Internet at: https://www.sam.gov/portal/public/SAM/#1 or by calling 866-606-8220. Failure to maintain a current/active account so will render your offer non-responsive. Please note that before a complete evaluation of your proposal can be made offerors must provide Offeror Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. X. RFQ Due Date: Telephone quotes will NOT be accepted. All quotes must be received at this office no later than 07/10/2014, 12:00 PM Local Eastern Time. ONLY EMAILED QUOTES WILL BE ACCEPTED. Email to jamese_promise@fws.gov. Attention to: Constance Fields. Please reference/subject: solicitation number. Quotes should be attached document that is either Microsoft Word 97 compatible or PDF. The anticipated award date is on or about Monday, July 16, 2014. Please do not request award status prior to this date. XI. All questions regarding this solicitation must be emailed to jamese_promise@fws.gov. All questions must be submitted no later than June 30, 2014 by 3:00 PM local eastern standard time. XII. Provisions and Clauses: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.212-1 Instructions to Offerors - Commercial Items. (APR 2014) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. (End of Provision) FAR 52.212-2 Evaluation - Commercial Items. (JAN 1999) (a) 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: (i) Price (ii) Compliance with the requirements of this solicitation notice (iii) Past performance (see FAR 15.304); (iv) Must be small business participation; (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. (May 2014) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. (Apr 1984) 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34 F.O.B. Destination (NOV 1991) 52.213 -1 Fast Payment Procedure (May 2006) 52.236.13 Accident Prevention. ALT I (NOV 2011) DIAR 1452.201-70 Authorities and delegations. (SEP 2011) The terms and conditions to this cause are determined by the contracting officer to be necessary for this acquisition and consistent with customary practices. 52.212-4 Contract Terms and Conditions - Commercial Items. (May 2014) With the following addendum to Addendum to 52.212-4 Contract Terms and Conditions - Commercial Items: (g) Invoice Invoices shall be submitted IAW Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) - No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer (End of Clause) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. (MAY 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ ( _x_ (8) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). _x_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _x_ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _x_ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (29) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _x_ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _x_ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _x_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _x_ (41) 52.225-1, Buy AmericanSupplies (May 2014) (41 U.S.C. chapter 83). _x_ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _x_ (50) 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the Contractors generated invoice is to be submitted as an attachment to the IPP invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00722/listing.html)
 
Record
SN03418712-W 20140711/140710022630-d563ee78fbe9017ca64f801f84b1848a (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.