SOLICITATION NOTICE
91 -- Bulk Fuel
- Notice Date
- 8/20/2024 2:40:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
- ZIP Code
- 06105-3706
- Solicitation Number
- W91ZRS24R0019
- Response Due
- 9/18/2024 11:00:00 AM
- Archive Date
- 10/03/2024
- Point of Contact
- Leslie Fedler
- E-Mail Address
-
leslie.a.fedler.civ@army.mil
(leslie.a.fedler.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 dated 22 May 2024 This solicitation number W91ZRS24R0019 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a one year Firm-Fixed Price Blanket Purchase Agreement �for Bulk Fuel Delivery and 4 option years. This request is due by 18 September 2024 at 2:00 p.m. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 324110 �. Petroleum Refineries The small business standard size for NAICS �324110 is 1,500 employees. Instructions to Offerors All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@army.mil. Questions must be submitted No Later Than 13 September 2024. All quotes are due no later than 2:00 p.m. eastern time, 18 September 2024. Quotes may be faxed to Leslie Fedler at 860-386-4070 or emailed to leslie.a.fedler.civ@army.mil. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. Basis for Award Award shall be made to a single offeror.� 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 Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government is not responsible for developing the comparison from insufficient information provided. Sam�s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Offers must include a completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) with its offer. Statement of Work Bulk fuel for our diesel tanks. Unleaded fuel tank, and two tanker vehicles for diesel. We require the regular delivery of bulk fuel within two days of notice. The Estimated Annual Usage of diesel fuel is 10,000 gallons. The Estimated Annual Usage of unleaded fuel is 750 gallons. The period of performance will be one year with 4 additional option years. Must be register under NAICS code 324110 for this solicitation. Vendors registered under Sector 42 � Wholesale Trade, will not be considered for award. �Each vendor is required to be registered with the System for Award Management (SAM); information can be obtained at www.sam.gov. The Government reserves the right to utilize the Government purchase card for all purchase which totals less than $10,000.00 The Government will be issuing a BPA call of the Blanket Purchase Agreement for all actions above the micro-purchase threshold. Which is $10,001.00 or more. The payment method is direct deposit. The company will have to submit their invoice in wide area workflow (WAWF) before they can receive payment. Unleaded Fuel Site: Camp Nett, Building #65 -38 Smith St, Niantic, CT 06351. The Tank holds 1500 gallons Diesel Fuel Site: Camp Nett, Building #65 -38 Smith St, Niantic, CT 06351. The Tank holds 4000 gallons Diesel Fuel Sites: �- 87 Montowese Street Branford, CT 06405 The Tank holds 4000 gallons - 90 Wooster Heights Danbury, CT 06810 The Tank holds 4000 gallons The Tank holds 4000 gallons - 590 Woodruff Street Southington, CT 06489 Two diesel tanker vehicles site: Unit Training Equipment Site (UTES), 10 Stones Ranch Road, East Lyme, CT 06333 The Tank holds 2500 gallons each All sites and quantities are subject to change. It will differ from year to year. Example of Quote: 1500 gallons of diesel---$ 1500 gallons of unleaded ---$ Due to the instability of fuel pricing, you need to provide a statement detailing your ability to meet the requirements of approximately 10,000 gallons or more a year and being able to deliver within 2 days of order. Provide your policy for ordering fuel. Must be local Connecticut vendors Include any discounts for bulk pricing, and the minimum qualifying quantity.�� ALL ADDITIONS OR CANCELLATIONS MUST BE GIVEN TO THE VENDOR BY NOON TIME A DAY BEFORE THE DELIVERY. THIS DOES NOT INCLUDE ORDERS THAT WERE NOT DELIVERED OR MISSED IN THE ORDERING PROCESS BY THE VENDOR. �THE EXCEPTION IS LAST MINUTE CHANGES DUE TO STATE OR FEDERAL EMERGENCIES. The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; �FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021),The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; �FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items� (Deviation 2013-O0019) (APR 2015) Alternate II� (APR 2015);� FAR 52.219-6, Notice of Small Business Set � Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases;� FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer�s Representative; DFARS;�� 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information;�� DFARS 252.204-7011, Alternative Line� Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea;� Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov. �(End of clause) ��������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/249c5b4263c342bbb21d89a4d31e5c6e/view)
- Place of Performance
- Address: CT, USA
- Country: USA
- Country: USA
- Record
- SN07178747-F 20240822/240820230128 (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 |