Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

91 -- Off Road Diesel Fuel and Tank Rental - SF1449

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-Q-0034A
 
Archive Date
2/9/2010
 
Point of Contact
Toye T Hobday, Phone: 202.646.1653, Carolyn A. Abney, Phone: 202-646-4654
 
E-Mail Address
toye.hobday@dhs.gov, carolyn.abney@dhs.gov
(toye.hobday@dhs.gov, carolyn.abney@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEHQ-10-Q-0034 is issued as a Request for Quotation (RFQ), is for the supply and dispense of off-road diesel fuel and rental of a 1,000 gallon tank at the Department of Homeland Security, Federal Emergency Management Agency, Distribution Centers located at Hope, AR. The requirement is for 0001. the supply and dispense of off-road diesel fuel, Gallons/Month @ Price/gallon and 0002. the rental of a 1,000 gallon fuel tank for the Hope Temporary Housing Unit site. The fuel tank shall be NFPA30 and 30A compliant. There will be approximately 1,000 gallons a month on an as needed basis, with no minimum requirements. Past history has showed approximately 1,000 gallons per month for usage. The vendor shall provide fuel tanks, appropriately licensed drivers/operators, all associated equipment, supplies, fuel, and personnel to handle and dispense hazards materials (diesel). The vendor must provide proper documentation of all deliveries. Delivery shall be made as required within 24 hours after a request is made. Please refer to Attachment Form SF 1449 for specification, A.2 Price/Cost Schedule. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Defense Priorities and Allocations System (DPAS) and assigned rating applies to this solicitation. This procurement is a small business set aside. The NAICS code is 424720, small business size standard 500 or less employees. It is anticipated that only one award will result from this solicitation, issuance of a firm-fixed-price with economic price adjustment (w/one base year and two 1 year option periods). Items are to be delivered to Federal Emergency Management Agency, 3910 Highway 278W, Hope, AR 71801. FOB destination pricing is requested. The Government desires delivery to be made as required by site. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offeror must be capable of providing the products as specified and within the parameters specified. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,". FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far. A written notice of award or acceptance of quote, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 10:00 AM/EST, 01-25-2010 and may be emailed to Toye.Hobday@dhs.gov. Mailed responses shall be addressed to Federal Emergency Management Agency, Office of the Chief Procurement Officer, ATTN: Toye Hobday 395 E Street, S.W., PP 5th Floor, Washington, DC 20472. Emailed responses are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to Toye.Hobday@dhs.gov and received no later than 10:00 AM/EST, 01-22-2010. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-10-Q-0034A/listing.html)
 
Place of Performance
Address: 3910 Highway 278W, Hope, Arkansas, 71801, United States
Zip Code: 71801
 
Record
SN02046597-W 20100123/100121235047-e8da44cff4b6f8e85430e6800be018b4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.