SOLICITATION NOTICE
68 -- Propane for DLA Disposition Services Hill AFB, Utah
- Notice Date
- 7/28/2020 11:13:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 454310
— Fuel Dealers
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-20-Q-1027
- Response Due
- 7/31/2020 11:00:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- Michael Mamaty, Jonathan Tew
- E-Mail Address
-
Michael.Mamaty@dla.mil, Jonathan.tew@dla.mil
(Michael.Mamaty@dla.mil, Jonathan.tew@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 02 Solicitation is amended to address the following questions/concerns. The due date is not extended due to this amendment. 1. EIA pricing is updated for Oct-Mar, so how will pricing be done in other months? Response: The most current published price should be used when orders are placed. Amendment 01 Solicitation is amended to address the following questions/concerns. The due date is not extended due to this amendment. 1. We believe FAR requires this to be in the NAICS size category NAICS Code 211112 � Natural Gas Liquid Extraction with the 1250 (500 non-manufacturer) employee size standard.�� The NAICS 454310 � Fuel Dealers is a retail service size category.� The FAR indicates that these NAICS codes shall not be used to classify Government acquisitions for supplies.� They also shall not be used by Federal government contractors when subcontracting for the acquisition for supplies.� The applicable manufacturing NAICS code shall be used to classify acquisitions for supplies.� A Wholesale Trade or Retail Trade business concern submitting an offer or a quote on a supply acquisition is categorized as a nonmanufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13�CFR�121.406.) Response: The NAICS for this is correct due to this being a commodity buy and not a supply. 2. We believe that the RFQ clause 52.219-7 Limitations on Subcontracting (DEVIATION 2019-00003) is out of date and DARS 2020-O0008, Revision 1 should have 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) included. Response: The clause has been updated to reflect the current deviation. 3. We request that this RFQ be set aside for SDVOSBs.��� DLA Energy has never achieved the more than 1/3 of the 3% Congressionally mandated SDVOSB goal and has not provided the required to plan to rectify these goal achievement failures.� It is appropriate that this RFQ be set aside for SDVOSB. Response: We are DLA Disposition Services and continue to surpass our overall small business goal, which is 54% for FY20, with an achievement of 77.00%.�Our SDVOSB goal is 3% and we are currently at 5.05% achievement. 4. Please let us know the proper application (or waiver/exemption) to the NMR for this RFQ as properly solicited. Response: NMR will not apply to this action that is valued under the Simplified Acquisition Threshold. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. �This is for a single award with four option year periods. The required equipment is per the attached specifications, including its delivery timeframes.� This procurement is a 100% Small Business Set-Aside set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 454310, applicable threshold is 100 employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).� If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for the Bid Schedule and Specifications/Additional Terms.� All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies.� Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR.� Deliveries must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, including all options, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable).� The following non-cost factors will be used to evaluate offers: See instructions. C. �In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. �FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. �FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Jan 2019); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Oct 2018); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Nov 2015); 52.219- 6, Notice of Total Business Set -Aside (DEVIATION 2020-O0008) 52.219-14, Limitations on Subcontracting (DEVIATION 2020-O0008) 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Affirmative Action for Handicapped Workers (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 � Incorporation by Reference of Representations and Certifications 52.217-09, Option to Extend the Term of the Contract (fill-ins are 7 calendar day notice provided there is a 14 calendar preliminary notice, with overall contract duration maximum of 5 years) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 �Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 52.204-9000 ���Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7000, BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) ����������������������� (Firm(s) eligible for award after evaluations will be required to complete the certificate content) 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM�BASIC (DEC 2016) 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016) 252.225-7013, DUTY-FREE ENTRY (MAY 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) INSTRUCTIONS TO OFFERORS: Submit quotes by email to Michael.Mamaty@dla.mil no later than July 31, 2020, at 2:00 P.M. Eastern Time. �Attention should be noted to FAR 52.212-1(f), concerning late submissions. �The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: � The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items, all periods.� 2)�� Complete listing of CLIN 0002 tank and dispenser specifications for each offered equipment item, fully demonstrating that each meets the required specifications in the attachment including required familiarization training. 3) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than July 24, 2020 at 12:00 PM Eastern Time. �In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced Past-Performance-Acceptable basis.� Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options) after a pass/fail evaluation of the contractors� provided technical submittals meeting or exceeding specifications per the instructions above outlined in Paragraph B. Place of Contract Performance: DLA Disposition Services Hill AFB Set Aside: Total Small Business����������������������������������������������������������������������������������������������������� Archiving Policy: Automatic, 15 days after response date Allow Vendors To Add/Remove From Interested Vendors: No Allow Vendors To View Interested Vendors List: No
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b62dc8dd27e44ba1bad8d49522a3308a/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN05736634-F 20200730/200728230144 (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 |