SOLICITATION NOTICE
91 -- Fuel Oil | Togus
- Notice Date
- 4/2/2025 3:10:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0248
- Response Due
- 4/10/2025 2:00:00 PM
- Archive Date
- 06/09/2025
- Point of Contact
- Kenya Mitchell, Contract Specialist, Phone: 860-666-6951
- E-Mail Address
-
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
- Awardee
- null
- Description
- Combined Synopsis Solicitation Togus, ME Fuel Oil (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) The solicitation number is 36C24125Q0248 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. (iv) This requirement is being issued as open market-unrestricted, no set-aside. The associated NAICS code is 324110 Petroleum Refineries - small business size standard is 1500 Employees. (v) The Government intends to award a firm-fixed price award for Fuel Oil Deliveries at the Togus Maine VAMC. Please see the attached Performance Work Statement for full requirement details. (vi) The Contractor shall provide Heating Oil delivery services to the Togus VAMC IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Togus VA Medical Center as described per the PWS. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Kenya.Mitchell1@va.gov and David.Valenzuela2@va.gov . (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 7 April 2025 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. 1. Price (Follow these instructions): a. Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. b. Ensure your representations and certifications are complete in the System for Award Management (SAM)(https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide one (1) but not more than three (3) references of work, similar in scope and size with the requirement detailed in the SOW. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the SOW in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the SOW. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the SOW. c. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (WD 2015-4009 (Rev-24) posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 10 April 2025 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya.Mitchell1@va.gov and David.Valenzuela2@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Kenya Mitchell (kenya.mitchell1@va.gov) PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 11,000 GL __________________ __________________ Annual Fuel Oil Delivery, as outlined in the PWS. Contract Period: Base POP Begin: POP End: 1001 11,000 GL __________________ __________________ Annual Fuel Oil Delivery, as outlined in the PWS. Contract Period: OY1 POP Begin: POP End: GRAND TOTAL __________________ PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: PERFORMANCE WORK STATEMENT DEPARTMENT OF VETERANS AFFAIRS Period of Performance: 12 months base year plus 1 option years Place of Performance: Togus VA Medical Center 1 VA Center Augusta, ME 04330-6796 1- DESCRIPTION AND SPECIFICATIONS The Vendor shall provide home heating oil, delivery, and maintenance services for Togus VA Medical Center (Togus VAMC), for FY25 (10-1-2024 to 9-31-2025) as specified below. There are 8 fill pipes all located outside that can be filled using a standard delivery truck. See SOW Attachment 01 Togus Campus Map for locations of each Quarters. Current tanks are the property of the VA, unless otherwise noted. Vendor shall calculate heating degree days to schedule fuel deliveries but will also be available on a will-call/as-needed basis for emergencies or extremely cold periods when higher fuel consumption could affect calculated heating degree days. All requests for emergency fuel deliveries must be filled within 24 hours from the time the order is placed. Specifics of the tank sizes, and building location can be found below: Campus Tank Inventory 1000 Gallon Tank QTRS 15 � 1000 Gallon Tank QTRS 16 � 1000 Gallon Tank QTRS 17 � 1000 Gallon Tank QTRS 18 � 1000 Gallon Tank QTRS 19 � 1000 Gallon Tank QTRS 20 � 1000 Gallon Tank QTRS 32 1000 Gallon Tank QTRS 37 � Average annual fuel consumption is approximately 10,300 gallons. Supplier shall also provide a certification for each shipment or delivery that includes: Name of fuel supplier Date of delivery Volume of fuel delivered in shipment per location. Either separate invoice for each tank/building or a breakdown by tank on one invoice A comprehensive Spill Prevention & Response Plan must be submitted for approval. The Plan must demonstrate effective prevention and containment of any fuel spills. Vendor must certify that their drivers have been trained on spill prevention. The plan must also include an effective means of communication during a spill containing 10 or more gallons. The plan shall include emergency contact numbers for: their own company, remediation companies and State & Federal authorities in the event of a major fuel spill containing 10 or more gallons.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/707583e1d349457dadd7f00ac442b5b7/view)
- Place of Performance
- Address: Togus VAMC 1 VA Center, Augusta 04330
- Zip Code: 04330
- Zip Code: 04330
- Record
- SN07395717-F 20250404/250402230055 (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 |