SOLICITATION NOTICE
56 -- PASS OIL FY 07
- Notice Date
- 5/15/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574075033
- Response Due
- 5/31/2007
- Archive Date
- 5/14/2008
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested for Quotation (RFQ) Q1574075033. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular FAC 2005-16, 22 Mar 07 and are available in full text through Internet access at http://www.arnet.gov/far. All responsible business concerns are encouraged to submit a quotation which shall be considered by the NPS. The North American Industry Classification System (NAICS) code is 324121 and the size standard is 500 employees. The following is a description of the requirements for this acquisition: DESCRIPTION: Yellowstone National Park Service has requirements for the following types of materials. Successful offeror shall deliver items to Norris Area on/or about 09 July 2007; Tower Area on/or about 13 August 2007; and Grant Area on/or about 20 August 2007; within Yellowstone National Park (YNP). The government contemplates award of a firm fixed price contract resulting from this solicitation. Vendor shall be responsible for coordination of exact dates and times of delivery with the NPS in advance. STATEMENT OF WORK: Period of Performance: The contractor shall commence deliveries within 7 days of date of award and shall complete all deliveries by September 30, 2007. Delivery: The contractor shall deliver PASS oil to locations as stated within this notice. The contractor shall coordinate the exact dates and times of delivery with the NPS in advance. During the period of performance, the NPS shall contact the contractor on a daily basis to place orders for specific amounts of oil. The contractor shall be capable of delivering between 7000 and 30,000 gallons of oil per day. The contractor shall insure total for all amounts ordered and delivered does not exceed the amount noted in the contract line items. The contractor's schedule shall allow the NPS a 3 hour time span from the time the contractor's delivery trucks arrive at the project site to the time the NPS is actually able to accept delivery and release the trucks. Submittals: At the time of delivery and with each invoice the contractor shall provide trucking manifests which shall serve as contractor certification as to the number of gallons delivered. PRICING SUMMARY: (All Quotes FOB Destination) ITEM 0001: The contractor shall supply, transport, and deliver the following as described within this solicitation. The contractor shall adhere to all roadway use regulations for all roads between their facility and the delivery site. Description Quantity Unit Price Total Price PASS OIL 1 Norris Area 35,145 Gallons $ ________ $ _________ 2 Tower Area 24,800 Gallons $ ________ $ _________ 3 Grant Area 24,445 Gallons $ ________ $ _________ Option 1 PASS OIL 10,000 Gallons $ ________ $ _________ Option 2 PASS OIL 10,000 Gallons $ ________ $ _________ Delivery must be completed by 9/30/07. Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Paragraph "a" of the provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluations factors. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. Clause 52.211-16, Variation in Quantity 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. The permissible variation shall be limited to 10 Percent increase or 10 Percent decrease. This increase or decrease shall apply to the total quantity to be delivered. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of all, none or any combination of the numbered line items, identified in the Price Schedule as an option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option either at the time of award or by written notice to the Contractor a minimum of 10 days before the contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Clause 52.217-4, Evaluation of Options Exercised at Time of Contract Award. 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 the total price for the basic requirement together with any option(s) exercised at the time of award. Amendment Acknowledgement: Quoter shall note on the following line the amendments received: Quoter Information: Company Name: _______________________________________________________________________________ Address: _______________________________________________________________________________ Phone: _______________________________________________________________________________ Fax: _______________________________________________________________________________ e-mail: _______________________________________________________________________________ Name (print): ______________________________________________________________________________ Signature: ______________________________________________________________________ QUOTES ARE DUE for this combined synopsis/solicitation on 05/31/2007 at 2:00 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office: RFQ #Q1574075033. Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. All questions regarding this solicitation should be faxed to Traudel L Haney, 307-344-2079. Email questions are acceptable to trudy_haney@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2507759)
- Place of Performance
- Address: Yellowstone National Park
- Zip Code: 821900168
- Country: United States of America
- Zip Code: 821900168
- Record
- SN01295217-W 20070517/070515221407 (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 |