Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2019 SAM #6560
SOLICITATION NOTICE

68 -- Bulk propane delivered to Stehekin WA, FY20-FY24.

Notice Date
11/13/2019 5:13:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8320Q0004
 
Response Due
12/9/2019 11:59:59 PM
 
Archive Date
12/24/2019
 
Point of Contact
Welch, Sarah
 
E-Mail Address
Sarah_Welch@nps.gov
(Sarah_Welch@nps.gov)
 
Awardee
null
 
Description
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; offers are being requested and a written solicitation will not be issued. This Request for Quotations (RFQ #140P8320Q0004) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 (issued on 10-10-19). This action is set-aside for small businesses under NAICS 324110, Petroleum Refiners. A Wholesale Trade or Retail Trade business concern submitting a quote on a supply acquisition is categorized as a non-manufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a requirements contract to the responsible quoter whose total quote is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this solicitation. Quote preparation and submission instructions are at the bottom of this notice.BACKGROUND: The NPS owns and operates numerous buildings and facilities in Stehekin, Washington, including offices, warehouses, and employee housing, many of which use propane for heating and/or cooking. We have an ongoing need for propane deliveries, particularly during the winter months. This solicitation will lead to an indefinite delivery requirements contract for propane to be delivered for up to five years (awarded as a base year plus four option years). An established target price and estimated quantity will be stated for each year, with both allowed to fluctuate during the contract period. The total contract price for the five years is expected to be <$150,000 and the total quantity delivered per year is estimated to be between 8,000 and 13,000 gallons. The Government may unilaterally exercise Option Years 1 through 4 by modifying the purchase order resulting from this RFQ; each option year is 12/1 through 11/30 of the following calendar year, ending 11/30/2024.LOCATION: Stehekin is located at the head of Lake Chelan, 55 miles from the town of Chelan, WA, within Lake Chelan National Recreation Area. Maps, description, accommodations, and services may be viewed at www.nps.gov/lach or www.nps.gov/noca/planyourvisit/stehekin.htm or www.stehekin.com. The only access is by public passenger-only ferry, barge, or private vessel from Chelan. Contractors are advised that barges run infrequently and it is recommended that Contractors verify scheduled runs and costs, or cost of charter runs, with the barge company before submitting an offer. The propane tanks to be serviced in this contract are within twelve miles of the boat/barge landing.STATEMENT OF WORK: The work to be performed under this contract consists of delivering liquid propane gas (LPG) to specified tanks in the Stehekin valley in accordance with federal, state, and county regulations and the following requirements. The contractor shall provide all management, supervision, labor, materials, supplies, transportation and equipment; and shall plan, schedule, coordinate and ensure the effective supply and delivery of propane.Propane tank details are listed below. The specific house tanks to be filled under this contract may vary through time and may be unilaterally adjusted at any time during the contract period by written notification from the Contracting Officer (CO) or their Representative (COR) to the Contractor. Tanks at the Maintenance Yard, the Golden West Visitor Center (GWVC), Hilton/Fire Cache, and the Wastewater Treatment Plant (WWTP) will always be filled under this contract. Houses (with tank size in gallons): High Bridge cabin (250), Yurts (125), Leif (500), Russel (500), Simmerman (500), New Castle (1,000), Boulder (1,000), Wilsey (500), Imus (500), Hilton/Fire Cache (500), and up to five other houses that may be added to this contract based on workforce needs. High Bridge is located approximately 12 miles north of the barge/boat landing and the rest are located at or within four miles north of the landing. Facilities (with tank size in gallons): Maintenance Yard (500), Golden West Visitor Center (1,000), and Wastewater Treatment Plant (500), all located within four miles of the landing.Contractor shall deliver propane to each tank approximately once per month, except the High Bridge cabin tank, which can be filled less frequently. Delivered amounts will be enough to ""top off"" each specified tank to at least 70% full. Delivery shall take place during regular business hours (8:00 am-4:30 pm, Monday through Friday) and should be coordinated with the Stehekin Maintenance Supervisor or designee, who will inspect the service and confirm the delivered amount. Delivery shall be accomplished in a safe manner, in accordance with the regulations listed below, and without damage to National Park Service or other property. NPS staff will monitor the LPG level in each tank listed above approximately monthly. If propane level falls below 30% at any tank between monthly deliveries, NPS staff will notify contractor who will schedule an additional LPG delivery as soon as possible.NPS may also require periodic filling of small, portable tanks. APPLICABLE REGULATIONS: Shipping and transfer of flammable gases are regulated by the Washington State Department of Transportation and the Federal Motor Carrier Safety Administration. Specific licensing and permit requirements are codified in CFR, Title 49, Parts 100-177 and Parts 383-399 as well as elsewhere. The regulations pertain to the loading and unloading of flammable gas, accidents, inspections, certification of operators, drug testing, and other safety aspects of the transfer operation; it is the contractor's sole responsibility to research and comply with all pertinent regulations during the performance of this contract. The offeror shall furnish the Contracting Officer acceptable evidence showing that required licenses and certifications have been obtained, including drivers' state-issued commercial driver's licenses with hazardous materials endorsement. If, during the contract performance period, there is a change in Contractor's personnel, the Contractor shall furnish evidence that the new employees meet these requirements.INVOICING AND PAYMENT: Contractor shall prepare and submit invoices monthly. Each itemized invoice shall identify the date, location, quantity, and current price for each delivery, as well as the invoice total. Payment will be by electronic funds transfer to the bank account identified in the vendor's SAM record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. The Contractor shall electronically upload their invoices to www.IPP.gov, after obtaining instructions regarding which purchase order line to post the amounts against; refer to IPP clause. This purchase is for the federal government and is thus exempt from state sales tax (#53-0197094).The price charged to the government shall be the same or lower than the bulk price charged to the contractor's other customers for deliveries in the same time period. Because the cost of propane may vary, the price of propane delivered under this contract may fluctuate, upward or downward in accordance with FAR clause 52.216-2. If the price change is within 10% of the established price for each year, no formal notification or contract modification is required. If, however, the price increases by more than 10% from the annual target established price, the contractor shall notify the Contracting Officer in writing before any monthly deliveries are made at the higher price. The contractor may charge a nominal fixed per-gallon administrative/delivery fee above the bulk price to cover the cost of our contract requirements; this price shall be stated in the quote for each performance period. PRICE SCHEDULE: For each year, include a target (established) price (per gallon, delivered) and any associated delivery fee (per gallon). The target price for bulk propane delivered to houses and facilities (FOB Destination) may be different from the target price for filling portable tanks at the Contractor's facility (FOB Origin).For each performance period, list a target price for bulk propane (per gallon), the separate administrative/delivery fee (per gallon), if applicable, and a target price for filling portable tanks. The total quantity delivered per year is estimated to be between 8,000 and 13,000 gallons. Base year December 1, 2019 - November 30, 2020Option Year 1 December 1, 2020 - November 30, 2021 Option Year 2 December 1, 2021 - November 30, 2022 Option Year 3 December 1, 2022 - November 30, 2023 Option Year 4 December 1, 2023 - November 30, 2024 Federal Acquisition Regulation (FAR) clauses that are part of any resulting purchase order:The FAR clauses listed below apply to this Request for Quotation and resulting purchase order. The full text of each clause can be viewed at www.acquisition.gov/far. 1) 52.204-13, System for Award Management Maintenance (Oct 2018)2) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)3) 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018);4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Oct 2019), with Paragraph B clauses numbered 4, 8, 14, 22, 25, 26, 27, 28, 30, 33, 42, 46, 49, and 55 incorporated; Paragraph C items not included (do not apply); and all Paragraph A and E clauses incorporated.5) 52.216-2, Economic Price Adjustment-Standard Supplies (Jan 1997)6) 52.216-18, Ordering (Oct 1995) (a standing order will be in place as described in Statement of Work; and additional orders may be placed by the COR);7) 52.216-19, Order Limitations (Oct 1995) (there are no minimum or maximum order limitations; the contractor will be expected to fill all orders placed by the government);8) 52.216-21, Requirements (Oct 1995);9) 52.217-6, Option for Increased Quantity (March 1989);10) 52.217-9, Option to Extend the Term of the Contract (March 2000);11) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr1984) (funds are not presently available for performance under this contract beyond the Base Period).12) DOI clause, Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (April 2013)Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.IPP.gov). ""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: vendor's standard invoice, including the following elements:1) Name and address of the contractor.2) Invoice date and invoice number. 3) Contract/purchase order number.4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.5) Period of Service for services rendered.6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper 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 www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after 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.The following provisions are part of the Request for Quotations. The full text of each provision can be viewed at www.acquisition.gov/far. 52.204-7, System for Award Management (Oct 2018)52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.212-3 Offeror Representations and Certifications - Commercial Items. (OCT 2018)The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision [full text is online]:... ""Economically disadvantaged women-owned small business (EDWOSB) concern"" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. ""Forced or indentured child labor"" means all work or service: (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. ""Highest-level owner"" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. ""Immediate owner"" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. ""Inverted domestic corporation"", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). ""Manufactured end product"" means any end product in product and service codes (PSCs) 1000-9999, except: (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. ""Place of manufacture"" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. ""Predecessor"" means an entity that is replaced by a successor and includes any predecessors of the predecessor. ""Restricted business operations"" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate: (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended.""Sensitive technology"": (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically - (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3)of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). ""Service-disabled veteran-owned small business concern"": (1) Means a small business concern - (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veteransor, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in 38 U.S.C. 101(16). ""Small business concern"" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. ""Small disadvantaged business concern"", consistent with13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that: (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by - (i) One or more socially disadvantaged (as defined at13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. ""Subsidiary"" means an entity in which more than 50 percent of the entity is owned: (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation ""Successor"" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term ""successor"" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. ""Veteran-owned small business concern"" means a small business concern: (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. ""Women-owned small business (WOSB) concern eligible under the WOSB Program"" (in accordance with 13 CFR part127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. ""Women-owned small business concern"" means a small business concern (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]Full text of paragraphs (c) through (u) is available at www.acquisition.gov/far.52.212-2 Evaluation - Commercial Items. (OCT 2014) (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: price, how well the proposed residential space complies with NPS' stated requirements. Technical and past performance, when combined, are less important, when combined, compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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 offer's 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. INSTRUCTIONS TO QUOTERS (see also FAR clause 52.212-1)The deadline for receipt of quotes is December 9, 2019 at 2:00 pm PT (regardless of the time shown in the ""Date Offers Due"" field at beta.Sam.gov). The official combined synopsis/solicitation is posted at beta.Sam.gov. Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the websites. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of a quote, the quoter must establish an active profile in the System for Award Management database (www.SAM.gov); QUOTE PREPARATION AND SUBMISSION INSTRUCTIONSQuotes should be submitted using the Standard Form 1449 (downloadable from http://gsa.gov/portal/forms or hyperlinked from this announcement), and must also include, at a minimum:1) Completed price schedule;2) Contractor remittance address and DUNS number;3) Name, phone number, e-mail, and mailing address of your point of contact; 4) Signature of official authorized to bind your organization; 5) Copies of pertinent licenses and certifications for equipment and operator(s); 6) References for similar previous contracts, including brief description, date(s), name and contact information for someone familiar with the service; 7) Completed FAR representation 52.204-24 if this is not included in your SAM representations; and8) Prompt payment terms.Submit quote by e-mail to: sarah_welch@nps.gov; paper copies will not be accepted. REMINDER: Quotes are due by 2:00 pm PT (not 11:59 pm ET) on the closing date.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/75f0532591e2411f9b77d598d5cf6531/view)
 
Place of Performance
Address: Stehekin, WA 98852
Zip Code: 98852
 
Record
SN05493424-F 20191115/191117154917 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.