SOLICITATION NOTICE
91 -- Unleaded Fuel for Hoover Dam - BPA
- Notice Date
- 10/21/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
- ZIP Code
- 89006
- Solicitation Number
- 09SQ301002
- Response Due
- 10/28/2008
- Archive Date
- 10/21/2009
- Point of Contact
- Jennalyn Schilke Procurement Technician 7022938404 jschilke@lc.usbr.gov;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. However, Request for Quotation (RFQ) 09SQ301002 will be issued simultaneously with this announcement to facilitate receipt of electronic quotes. This procurement is 100% set aside for small business concerns. The associated North American Industrial Code System code for this solicitation is 424720, Petroleum and Petroleum Products Merchant Wholesalers, and the Small Business Size Standard is 100 employees. The Bureau of Reclamation (Reclamation) has a need to establish up to 3 Blanket Purchase Agreements (BPA) for the delivery of unleaded fuel to the Hoover Dam Warehouse on US Highway 93, Boulder City, Nevada. Service provider must be able to provide the following: 1. As-needed delivery of unleaded fuel between 2,000 and 3,600 gallons 2. Minimum 48-hour lead time, before delivery. Reclamation is requesting commercial pricing to establish a Blanket Purchase Agreement (BPA) for a five year period. All responsible sources may submit a quotation. All timely quotes will be considered by the agency. Interested vendors are requested to submit the following: 1. Current Unleaded fuel prices per gallon in the 2,000 to 3,600 gallon range. At a minimum, vendors shall provide a price quote for each of the requested items above. Vendors must clearly indicate their ability to meet the requirement for the 48-hour lead time requirement. The BPA's will be established with vendors based on their ability to provide the above requirements and lowest prices. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27. It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) provisions and clauses may be accessed electronically at the following website: http://www.arnet.gov/far The following clauses will apply to the resultant BPA: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008), the referenced clauses: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), (2) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (3) 52.219-8 Utilization of Small Business Concerns (May 2004), (4) 52.219-14 Limitations on Subcontracting (Dec 1996), (4) 52.219-28 Post-Award Small Business Program Representation (June 2007), (5) 52.222-3 Convict Labor (June 2003), (6) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008), (7) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (8) 52.222-26 Equal Opportunity (Mar 2007), (9) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (10) 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), (11) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (12) 52.222-50 Combating Trafficking in Persons (Aug 2007), (13) 52.225-1 Buy American Act - Supplies (June 2003), (14) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (15) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). Other applicable clauses: FAR 52.252-2 Clauses Incorporated by Reference. Vendors shall include a completed copy of the FAR provision at 52.212-03, Offeror Representations and Certifications - Commercial Items, with their offer, or be registered at www.orca.bpn.gov. After reviewing the Online Representations and Certifications Application (ORCA) database information, the vendor certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Vendors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Effective as of October 1, 2003, prospective vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or Cage Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. Responses to this announcement are due by 4:00 PM, local time, on Tuesday, October 28, 2008. Oral communications are not acceptable in response to this notice. The point of contact is Jennalyn Schilke, who can be reached at (702) 293-8404. Vendors shall submit their responses via US Mail, via facsimile at (702) 293-8499, or by email to jschilke@lc.usbr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6181409bf9dc40d82dcbafad9657ae73&tab=core&_cview=1)
- Place of Performance
- Address: Hoover Dam Warehouse, Nevada<br />
- Zip Code: 89005<br />
- Zip Code: 89005<br />
- Record
- SN01694308-W 20081023/081021220802-6181409bf9dc40d82dcbafad9657ae73 (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 |