Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2018 FBO #6001
SOLICITATION NOTICE

91 -- Fuel-Various-Cumberland Island NS

Notice Date
4/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
NPS, SER - South MABO 33100 Tamiami Trail E Ochopee FL 34141 US
 
ZIP Code
00000
 
Solicitation Number
140P5418Q0023
 
Response Due
5/14/2018
 
Archive Date
5/29/2018
 
Point of Contact
Stefanos, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5418Q0023 Posted Date: 27 Apr 18 Original Response Date: 14 May 18 Current Response Date: 14 May 18 Product or Service Code: 9130 (Liquid Propellants and Fuel, Petroleum Base) Set Aside: Total Small Business NAICS Code: 324110 (Petroleum Refineries) Contracting Office Address NPS, SER - South MABO 33100 Tamiami Trail E Ochopee, FL 34141 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items, ¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, Effective 01 January 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 324110, with a small business size standard of 1,500 employees. This Acquisition may result in a firm fixed price contract with economic price adjustment for option years. The South Major Acquisition Buying Office (MABO) in South Florida, is seeking to procure multiple types of fuel for Cumberland Island National Seashore located in St Marys, Georgia. They require two types of fuel using two types of tanks, a 1000 gallon AST and a 500 gallon trailer mounted stainless steel tank. Quantities for each delivery will vary depending on the usage of the park boats (AST). Historically they order approximately 1000 gallons of gasoline (87 Octane) every six weeks and 400 gallons of diesel (ULSD #2) every 3 months. There are no special fittings or connections needed for either tank. The truck DOES need to have a delivery hose that is at least 75 ¿long. The AST is located approximately 50 feet away from the parking lot and the trailer mounted tank will be approximately 75 feet away from the parking lot. Fuel must be delivered within 24 hours from the time it was ordered. Delivery of fuel is tide dependent as the trailer mounted fuel tank is transported across the waterway to the island and can only be unloaded at specific times depending on the tide. The term of the contract will be 1 base period and includes 4 option years. All interested companies shall provide a quote for the following: Supplies (See SF18) Line Item Description Qty Item 10: Base Yr (Jun 1, 2018-Sep 30, 2018) 4 mos Item 20: Opt Yr 1 (Oct 1, 2018-Sep 30, 2019) 12 mos Item 30: Opt Yr 2 (Oct 1, 2019-Sep 30, 2020) 12 mos Item 40: Opt Yr 3 (Oct 1, 2020-Sep 30, 2021) 12 mos Item 50: Opt Yr 4 (Oct 1, 2021-Sep 30, 2022) 12 mos The delivery period of performance is expected to be 06/01/2018 through 09/30/2022 if all option years are exercised. Delivery Location: Cumberland Island National Seashore, 101 Wheeler Street, St.Marys, Georgia 31558. THEN trailer mounted fuel tank is transported across the waterway to the island 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, ¿Instructions to Offerors ¿Commercial Items ¿ (Jan 2017) 2. FAR 52.212-2, ¿Evaluation ¿ Commercial Items ¿ (Jan 2017) 3. FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items ¿ (Jan 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items. ¿ If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, ¿Contract Terms and Conditions ¿Commercial Items ¿ (Jan 2017) -FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ (Jan 2017) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.211-16 Variation in Quantity. (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 percent increase 10 percent decrease This increase or decrease shall apply to each order. (End of Clause) 52.211-17 Delivery of Excess Quantities. (SEP 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price. (End of clause) 52.217-5 Evaluation of Options. (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. DOI ELECTRONIC INVOICING 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 following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices and applicable rack sheets. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered and delivery date. 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 quotation. (End of Clause) All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote. Along with pricing, quoters must submit the rack sheet price for 05/12/2018. (Required to show that invoice requirements can be met), a Quality Control Plan that addresses clean up and disposal of spills and leaks upon award and acknowledgement of any amendments issued. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time (by 10am ET on May 14, 2018). This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10am ET on May 14, 2018 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). PRICE: Quoted prices are for evaluation purposes only. Pricing will be determined utilizing the Oil Price Information Service (OPIS) rack price for St Marys, GA location. Deliveries shall be priced according to the posted price on the effective date plus the contractor ¿s add-on (markup), rounded to the nearest cent. The contractor shall submit the relevant portion of the OPIS index with their invoice (see 52.212-4(g)). Pricing will be determined utilizing the most current supplier rack sheet price on the day of delivery and closest terminal to delivery location. Fuel deliveries shall be priced according to the most recently posted price plus the contractor ¿s add-on (markup), rounded to the nearest cent. This markup is established is a firm fixed price and will not fluctuate during the contract. Mark up shall include all fees, assessments, taxes, delivery charges, etc. Rack sheet prices are not provided by the National Park Service to interested contractors. If selected for award the contractor will submit to the Contracting Officer a rack sheet for the day of delivery supporting documentation with each invoice. Vendor shall clearly indicate closest terminal to delivery location. Prior to exercising an Option Year or increase in quantity, pricing will be negotiated, based on the effective rate at the time of award, and adjusted in accordance with FAR Clause 52.216-2 ¿ Economic Price Adjustment ¿ Standard Supplies ESTIMATED QUANTITIES: The quantities stated represent the government's best estimate based on historical consumption data. This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. Multiple deliveries will take place each year. Estimated quantities given are for the sole purpose of quote evaluation. Those estimates are not guaranteed and any offer accepted will be awarded with available funding and invoices processed for actual months and quantities used. Gallons ordered annually will not exceed 9,999 gallons. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on 10 May, 2018 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5418Q0023/listing.html)
 
Place of Performance
Address: Cumberland Island NS 101 Wheeler Street St Marys GA 31558-8421 USA
Zip Code: 31558-8421
 
Record
SN04904164-W 20180429/180427230555-07bb97847f6bcf6c6cd228b3bc8de566 (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.