SOLICITATION NOTICE
91 -- Fuel Replacement Services
- Notice Date
- 6/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 454319
— Other Fuel Dealers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFQ-08-089
- Archive Date
- 7/8/2008
- Point of Contact
- Cara Wollman, Fax: 605-226-7669
- E-Mail Address
-
cara.wollman@ihs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Request for Quotation (RFQ), RFQ-08-089, is for Fuel Replacement Services at the Sisseton Service Unit, Sisseton, South Dakota, which is within the Aberdeen Area Indian Health Service (IHS), hereinafter referred to as Sisseton-Wahpeton Oyate Health Care Center. The acquisition is being conducted in accordance with the procedures in Federal Acquisition Regulation (FAR) Subpart 13.5, Test Program for Certain Commercial Items (41 U.S.C. 253 (g) and 253 (a) and 253 (b) and FAR Subpart 12, Acquisition of Commercial Items (Title VIII) of the Federal Acquisition Streamlining Act of 1994. (Public Law 103-355)). This announcement constitutes the only solicitation; therefore a written solicitation will not be issued. The Aberdeen Area Indian Health Service intends to award a firm fixed-price, non-personal service purchase order in response to RFQ-08-089. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-25. This acquisition is restricted to 100% Small Business concerns. The IHS reserves the right to make a single award or multiple awards whichever is most advantageous to the Government. PRICE SCHEDULE The proposed pricing must be all inclusive (to include but not be limited to travel, lodging, per diem fringe benefits such as life and health insurance, Medicare, social security, all applicable federal state and local taxes plus all other costs pertinent to the performance of this contract.); this is an all-inclusive price. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. This is a fixed price type contract and the contractor shall be obligated to perform according to the statement of work for the period of performance of this contract. Contract Line Item Number One (1): Credit for existing # 2 diesel fuel 7,000 gallons x $__________ per gallon = $__________ Contract Line Item Number Two (2): #1 dyed diesel fuel 3,500 gallons x $__________ per gallon = $__________ Contract Line Item Number Three (3): #2 dyed diesel fuel 3,500 gallons x $__________ per gallon = $__________ Contract Line Item Number Four (4): Clear diesel fuel and tank cleaner 35 gallons x $__________ per gallon = $__________ Contract Line Item Number Five (5): Bio-Kleen diesel fuel biocide 3 gallons x $__________ per gallon = $__________ Contract Line Item Number Six (6): Freight 1 job x $__________ per job = $__________ Contract Line Item Number Seven (7): Fees _____ each x _____ each = $__________ Total Estimated Contract Price $_____________ BACKGROUND The Mission of the Sisseton-Wahpeton Oyate Health Care Center is to provide the best possible healthcare services to the Native American population on the Sisseton-Wahpeton Oyate Reservation. To meet this mission, the SWO Health Care Center has identified a need for a Non-Personal Service Contract for fuel replacement services to operate the generators. PERIOD OF PERFORMANCE Performance of the contract(s) shall be completed within two (2) business days from Date of Award. PURPOSE The Contractor within the limits of his/her qualification shall pump out existing #2 diesel fuel in the underground storage tank before it becomes harmful and destructive to operate the generators with, should there be any power outages due to construction or weather-related conditions; and refill with new 50/50 blend of #1 and #2 diesel fuels. STATEMENT OF WORK The Contractor shall: 1. Be responsible for pumping out the existing 7,000 gallons of #2 diesel fuel in the underground storage tank at the SWO Health Care Center, 100 Lake Traverse Drive, Sisseton, SD; refilling it with 7,000 gallons of new 50/50 blend of #1 and #2 diesel fuels and adding the necessary additives to the new fuel to protect not only the fuel against any biocide, but fuel life also. The additives required are for treating 7,000 gallons 50/50 blend with 1 gallon-200 gallon(s) = 35 gallon clear diesel fuel and tank cleaner; and 7,000 gallons 50/50 blend with 3 gallons (shock rate) Bio-Kleen diesel fuel biocide. One working day will be allowed for tanker to pump out existing fuel from underground storage, and transport new fuel into underground storage tank. Work shall start on June 9, 2008, and be completed on June 10, 2008 by 4:30 p.m.(CST). 2. Provide proof of insurance certificate and licenses required, to perform these services under this contract, should there be any damages and/or spills. 3. Be responsible for all travel, lodging, per diem, fringe benefits, Federal/State/Local taxes, plus any other costs pertinent to the performance of this contract. GOVERNMENT FURNISHED PROPERTY, FACILITIES, AND SERVICES None. CONTRACTOR FURNISHED PROPERTY, FACILITIES, AND SERVICES The Contractor shall provide all equipment, tools, supplies, i.e., fuel, personnel, and vehicles to perform and complete this contract. DESIGNATION OF PROJECT OFFICER The designated Project Officer for this contract is: Dan Donnell, Maintenance Supervisor Sisseton-Wahpeton Oyate Health Care Center Indian Health Service 100 Lake Traverse Drive Sisseton, SD 57262 Phone: (605) 698-7606 PAYMENT PROCESS A purchase order will be used to pay for the services and supplies rendered, by mutual agreement between the Contractor and the Project Officer or his designated representative. The Contractor shall submit an original invoice to the following address: Aberdeen Area Indian Health Service Division of Financial Management Room 309 Federal Building 115 4th Avenue Southeast Aberdeen, South Dakota 57401 The Contractor shall include the following information on each invoice in accordance with the prompt payment act (5 CFR Part 1315.9(b)): 1. Contractor's name; 2. Invoice number and date; 3. Entire award number or other authorization number for delivery of goods or services; 4. Description (including dates of service), price, and quantity of goods and services rendered; 5. Shipping and payment terms; 6. DUNS number and Taxpayer Identifying Number (TIN); and 7. Contact name (where practicable), title and telephone number. A copy shall be routed to: S.W.O. Health Care Center Attn: Property & Supply 100 Lake Traverse Drive Sisseton, South Dakota 57262 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://wwww.arnet.gov No. FAR Citation Clause Title Clause Date 1. 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I (OCT 1995) SEPT 2006 2. 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 3. 52.204-9 Personal Identity Verification of Contractor Personnel NOV 2006 4. 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment SEPT 2006 5. 52.212-3 Offeror Representations and Certifications - Commercial Items NOV 2006 6. 52.213-4 Terms and Conditions - Simplified Acquisitions (Other than Commercial Items) MAR 2007 7. 52.215-5 Facsimile Proposals OCT 1997 8. 52.216-24 Limitation of Government Liability APR 1984 9. 52.216-27 Single or Multiple Awards OCT 1995 10. 52.217-8 Option to Extend Services NOV 1999 11. 52.217-9 Option to Extend the Term of the Contract MAR 2000 12. 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 13. 52.219-8 Utilization of Small Business Concerns MAY 2004 14. 52.222-3 Convict Labor JUN 2003 15. 52.222-21 Prohibition of Segregated Facilities FEB 1999 16. 52.222-26 Equal Opportunity MAR 2007 17. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEPT 2006 18. 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 19. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEPT 2006 20. 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 21. 52.222-41 Service Contract Act of 1965, as Amended JUL 2005 22. 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 23. 52.223-6 Drug-Free Workplace MAY 2001 24. 52.224-1 Privacy Act Notification APR 1984 25. 52.224-2 Privacy Act APR 1984 26. 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 27. 52.229-3 Federal, State, and Local Taxes APR 2003 28. 52.232-8 Discounts for Prompt Payment FEB 2002 29. 52.232-18 Availability of Funds APR 1984 30. 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration OCT 2003 31. 52.233-1 Disputes JUL 2002 32. 52.233-3 Protest After Award AUG 1996 33. 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 34. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 35. 52.237-3 Continuity of Services JAN 1991 36. 52.242-15 Stop-Work Order AUG 1989 37. 52.242-17 Government Delay of Work APR 1984 38. 52.243-1 Changes - Fixed Price AUG 1987 39. 52.245-1 Government Property JUN 2007 40. 52.245-2 Government Property Installation Operation Services JUN 2007 41. 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FEB 2006 42. 52.249-2 Termination for the Convenience of the Government (Fixed-Price) MAY 2004 43. 52.249-8 Default (Fixed-Price Supply and Service) APR 1984 CLAUSES INCLUDED BY FULL TEXT 52.204-7 Central Contractors Registration (JULY 2006) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. "Registered in the CCR database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and ZIP Code. (iv) Company Mailing Address, City, State and ZIP Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. (End of clause) DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATIONS (HHSAR) (48 CFR CHAPTER 3) CLAUSES No. HHSAR Citation Title Date 1. 352.202-1 Definitions JAN 2006 2. 352.215-1 Instructions to Offerors - Competitive Acquisition JAN 2001 3. 352.215-70 Late Proposals and Revisions JAN 2006 4. 252.223-70 Safety and Health JAN 2006 5. 352.224-70 Confidentiality of Information JAN 2006 6. 352.232-9 Withholding of Contract Payments JAN 2006 7. 352.270-2 Indian Preference APR 1984 8. 352.270-3 Indian Preference Program JAN 2006 9. 352-270-4 Pricing of Adjustments JAN 2001 10. 352.270-6 Publications and Publicity JAN 2006 11. 352.270-7 Paperwork Reduction Act JAN 2006 PRO-CHILDREN ACT OF 1994 The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994 which imposes restrictions on smoking where Federally funded children's services are provided. The Act requires that smoking should be prohibited in any indoor facility or portion of a facility owned, leased, or contracted for use for the routine or regular provision of health care, day care, or early childhood development (Head Start) services to children under the age of 18. Failure to comply with the provisions of the law may result in the imposition of a civil monetary penalty of up to $1,000 per violation and/or the imposition of an administrative compliance order on the responsible entity. By submitting an offer and entering into a contractual agreement with the Government, Contractors certify that they will comply with the requirements of the Act. Contractors must obtain the same certification from subcontractors. BASIS FOR AWARD Please be advised that in addition to price, the Government will consider the following factors in determining the successful contractor. 1. Ability to meet performance schedule. 2. Ability to meet the requirements in the statement of work. 3. Responsiveness to the requirement and requested documentation. 4. Complete and successful registration in the Central Contractors Registration. The website to register or update information is www.ccr.gov. 5. Completion or up-to-date registration of the Online Representations and Certifications Application. The website to complete the application or update information is http://orca.bpn.gov. 6. Proof of insurance certificate and license(s) 7. Past Performance a. The Government reserves the right to conduct their own investigations other than the contractors provided list. NOTE: Quotation must set forth, full, accurate and complete information as required by this combined synopsis/solicitation (RFQ-08-089). All required information must be submitted in order to be considered responsive and eligible for award. Award will be made to the responsible offeror whose quote is responsive to the terms of RFQ-08-089 and is most advantageous to the Government. Factors for award and past performance are considered approximately equal to price and price related factors. QUOTATION SUBMISSION INSTRUCTIONS The contractor shall submit items required herein which shall include a completed copy of FAR 52.512-3 with its offer or. All responsible offeror's may submit a quotation, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401, no later than 2:00 p.m. CST on June 23, 2008. Offers will also be accepted by email to cara.wollman@ihs.gov or by fax at (605) 226-7669. TO BE COMPLETED BY THE OFFEROR An individual authorized to bind the prospective offeror must execute the Representations and Certifications. As part of the quotation, the prospective offeror shall submit either the Representations and Certifications, FAR clause 52.232-3 (check or complete all appropriate boxes and blanks) or complete the online Representations and Certifications Application. The website to complete the application is http://orca.bpn.gov. The below blanks should be completed if the offeror chooses to complete the online application. _____________________________________ __________________________ (Name of Prospective Offeror) (Solicitation Number) ________________________________________________________________ (Signature of Authorized Individual) _____________________________________ __________________________ (Typed Name of Authorized Individual) (Date)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29d2e69d8304a5692e622f35e61a028f&tab=core&_cview=1)
- Place of Performance
- Address: Sisseton-Wahpeton Oyate Health Care Center/100 Lake Traverse Drive, Sisseton, South Dakota, 57262, United States
- Zip Code: 57262
- Zip Code: 57262
- Record
- SN01595239-W 20080619/080617222258-29d2e69d8304a5692e622f35e61a028f (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 |