SOLICITATION NOTICE
91 -- BPA - Fuel, Oils, Grease/Lubricants
- Notice Date
- 3/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- 140R3018Q0103
- Archive Date
- 4/14/2018
- Point of Contact
- Jennifer Perez, Phone: 928-343-8128, Virginia Toldeo, Phone: (928) 343-8136
- E-Mail Address
-
jenniferperz@usbr.gov, vtoledo@usbr.gov
(jenniferperz@usbr.gov, vtoledo@usbr.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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation 140R3018Q0103 is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-97. (iv) This requirement will be small business set-aside and only qualified offerors may submit quotes. The associated North American Industrial Classification System (NAICS) code this acquisition is 324110 Petroleum Lubricating Oil and Grease Manufacturing. The small business size standard in number of employees is 1,500. (v) Line Items - 010 - Red Dye Diesel - Qty: 30,000 Gallons 020 - Clear Diesel, Qty: 30,000 Gallons 030 - Unleaded Gasoline/87 Octane, Qty: 2,000 Gallons 040 - 15-40W, Qty: 1,000 Gallons 050 - 50W, Qty: 1,000 Gallons 060 - 85-140W, Qty: 1,000 Gallons 070 - AW-46, Qty: 1,000 Gallons 080 - Hyper-Syn 68, Qty: 1,000 Gallons 090 - Merropa 220, Qty: 1,000 Gallons 100 - Sea Blue, Qty: 1,000 Gallons 110 - Grease #2 G/P, Qty: 1,000 Gallons 120 - Grease Aqua Blue, Qty: 1,000 Gallons Please provide the Unit Price and Total Amount for each line item on your quote. Note: These are estimated quantities and there is no guarantee on the number of gallons ordered. Pricing submitted to this RFQ are for PRICE EVALUATION PURPOSES ONLY. Offeror shall indicate if any of the items can be fixed price. (vi) The Bureau of Reclamation (BOR) Yuma Area Office (YAO) has requrring requirement for the supply of bulk fuel via service trucks at local filling stations in the Yuma, AZ vicinity on an as needed basis. The fuels required are EPA Clear and Red Dye Diesel Fuel, Unleaded Gasoline, and Oils/Grease/Lubricants. The requirement will be accomplished via issuance of Blanket Purchase Agreement(s) (BPA) for the period of 5 years. The period of performance will begin April 09, 2018 to April 08, 2023. It is anticipated that the Government may issue two or more BPAs as a result of this RFQ. Award will be based on the lowest, responsive, responsible offeror. For evaluation purposes, awards will be based on the items identified in pargraph (v). Offerors are urged to indicate of any lines that may be fixed price. The Government may compete among the BPA holders at the time the need is identified. (vii) Bureau of Reclamation Yuma Area Office 7301 S Calle Agua Salada Yuma, AZ 85364 THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR Provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. (ix) FAR Provision 52.212-2, Evaluation-Commercial Items. Award will be based on lowest, responsive, responsible offeror. (x) FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items - Quoters shall include in their quote a completed copy of the provision 52.212-03 or completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 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 52.219-13, Notice of Set-Aside of Orders 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-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American-Free Trade Agreements-Israeli Trade 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.252-2 Clauses Incorporated By Reference FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.242-15 Stop-Work Order FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (xiii) The following are additional contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 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 invoicing 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 following documents are required to be submitted as an attachment to the IPP invoice: None.*See Note* *NOTE: The Contractor shall also submit an electronic copy of the IPP invoice to the Purchasing Agent at jenniferperez@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. 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. (xiv) Not Applicable (xv) Quotes are due March 30, 2018 at 4:00 PM MST. Quotes are to be submitted to Ms. Jennifer Perez via email to jenniferperez@usbr.gov. (xvi) The Point of Contact for this RFQ is Purchasing Agent, Jennifer Perez. She can be reached by phone at 928-343-8128 or via email at jenniferperez@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ad636b831111821b522c8396926463e)
- Place of Performance
- Address: Yuma, AZ, Yuma, Arizona, 85364, United States
- Zip Code: 85364
- Zip Code: 85364
- Record
- SN04866352-W 20180328/180326230925-2ad636b831111821b522c8396926463e (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 |