Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

68 -- Monthly delivery of liquid propane gas (LPG) to NPS-owned tanks; North Cascades NPS Complex; Stehekin WA

Notice Date
2/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9475105033
 
Response Due
2/18/2010
 
Archive Date
2/5/2011
 
Point of Contact
Sarah J. Welch Contract Specialist 3608547220 Sarah_Welch@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-38. This action is set-aside for small businesses, NAICS 454312, Liquefied Petroleum Gas (Bottled Gas) Dealers, with a small business size standard of 50 employees. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a requirements contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this solicitation. BACKGROUNDThe NPS owns and operates numerous buildings and facilities in Stehekin, Washington, including offices, warehouses, and employee housing, many of which use propane for heating and/or cooking. We have an ongoing need for propane deliveries, particularly during the winter months. This solicitation will lead to an indefinite delivery requirements contract for propane to be delivered for up to five years (awarded as a base year plus four option years). An estimated target price and estimated quantity will be stated for each year, with both allowed to fluctuate during the contract period. The total contract price for the five years is expected to be <$100,000 and the total quantity delivered per year is estimated to be between 8,000 and 11,000 gallons. LOCATIONStehekin is located at the head of Lake Chelan, 55 miles from the town of Chelan, WA, within Lake Chelan National Recreation Area. Maps, description, accommodations, and services may be viewed at www.nps.gov/lach or http://www.nps.gov/archive/noca/focus/focus.htm or http://www.stehekinvalley.com/. The only access is by public passenger-only ferry, barge, private vessel, or float plane from Chelan. Contractors are advised that barges run infrequently and it is recommended that Contractors verify scheduled runs and costs, or cost of charter runs, with the barge company before submitting an offer. The propane tanks to be serviced in this contract are within three miles of the boat/barge landing. STATEMENT OF WORKThe work to be performed under this contract consists of delivering liquid propane gas (LPG) to specified tanks in the Stehekin valley in accordance with federal, state, and county regulations and the following specifications. Propane tanks to be filled under contract are at the Imus, Hilton, Lief, and Wilsey houses, the maintenance yard, the Golden West visitor center, and the wastewater treatment plant. All tanks are NPS-owned 500-gallon except for the 1000-gallon tank at the Golden West Visitor Center. The delivery locations will likely vary through time and may be unilaterally adjusted at any time during the contract period by written notification from the Contracting Officer (CO) or their Representative (COR) to the Contractor. Contractor shall deliver propane to each tank at least once per month. Monthly delivery amounts will be to "top off" each tank (specified above) to at least 70% full. Delivery shall take place during regular business hours (8:00 am-4:30 pm, Monday through Friday) and should be coordinated with the Stehekin Maintenance Foreman or designee, who will inspect the service and confirm the delivered amount. Delivery shall be accomplished in a safe manner, in accordance with the regulations listed below, and without damage to National Park Service or other property. NPS staff will monitor the LPG level in each tank listed above. If propane level falls below 30% at any tank between monthly deliveries, NPS staff will notify contractor who will schedule an additional LPG delivery as soon as possible. Occasionally, NPS will bring small, portable tanks to the contractor's facility to be filled. APPLICABLE REGULATIONSShipping and transfer of flammable gases are regulated by the Washington State Department of Transportation and the Federal Motor Carrier Safety Administration. Specific licensing and permit requirements are codified in CFR, Title 49, Parts 100-177 and Parts 383-399 as well as elsewhere. The regulations pertain to the loading and unloading of flammable gas, accidents, inspections, certification of operators, drug testing, and other safety aspects of the transfer operation; it is the contractor's sole responsibility to research and comply with all pertinent regulations. The offeror shall furnish the Contracting Officer acceptable evidence showing that required licenses and certifications have been obtained, including drivers' commercial driver's licenses with hazardous materials endorsement. After award, if there is a change in Contractor's personnel, the Contractor shall furnish evidence that the new employees meet these requirements. INVOICING AND PAYMENTContractor shall prepare and submit invoices monthly. Each itemized invoice shall identify the date, location, quantity, and current price for each delivery, as well as the invoice total. Payment will be by electronic funds transfer to the bank account identified in the vendor's CCR record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. The price charged to the government shall be the same or lower than the bulk price charged to the contractor's other customers for deliveries in the same time period. Because the cost of propane varies considerably, the price of propane delivered under this contract may fluctuate, upward or downward. If the price change is within 10% of the target estimated price for each year, no formal notification or contract modification is required. If, however, the price increases by more than 10% from the target, the contractor shall notify the Contracting Officer in writing before any monthly deliveries are made at the higher price. The contractor may charge a fixed per-gallon delivery fee above the bulk price; this fee shall be stated in the offer for each contract year. PRICE SCHEDULEFor each year, include a target price (per gallon, delivered) and any associated delivery fee (per gallon). The estimated quantity for each year is 9,500 gallons. The contract years are as follows:Base year (date of award to October 31, 2010) Option Year 1 (November 1, 2010 to October 31, 2011)Option Year 2 (November 1, 2011 to October 31, 2012)Option Year 3 (November 1, 2012 to October 31, 2013)Option Year 4 (November 1, 2013 to October 31, 2014) EVALUATION FACTORSOffers received by the Government will be evaluated according to the following criteria, listed in descending order of importance. Technical and past performance factors, when combined, are less important than price. NPS will select the offer that represents the best overall value to the government. Refer to FAR clause 52.212-2.1)PRICE.2)TECHNICAL: How well the product matches the stated requirements and whether the contractor's required licenses and certifications are proper and current. 3)PAST PERFORMANCE: Past performance records of the offering vendor, including whether they are capable, efficient, effective; and their performance conformed to contract specifications (quality); if they are reasonable, cooperative, and committed to customer satisfaction (business relations). INSTRUCTIONS TO OFFERORS (see also FAR clause 52.212-1)The deadline for receipt of quotes is February 18, 2010 at 4:30 pm. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov (search for Q9475105033). Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the website. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of an offer, the offeror must:1.Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); 2.Have filed the required reports for veterans employment (http://vets100.com), if the estimated value of the contract will exceed $100,000; and3.Have completed the online submission of annual representations and certifications (ORCA) (https://orca.bpn.gov/). OFFER CONTENTSOffers may be submitted on letterhead or the Standard Form 1449 (downloadable from http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=E331497A1FE0AE1F85256A260055A47B), and must also include, at a minimum:1)Completed price schedule as detailed above;2)Prompt payment terms; 3)Contractor remittance address and DUNS number;4)Name, phone number, e-mail, and mailing address of your point of contact; 5)A statement that CCR and ORCA are complete and current; 6)Signature of official authorized to bind your organization; 7)Copies of pertinent licenses and certifications for equipment and operator(s); and8)References for offering vendor. Submit two (2) complete offers to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Note that FedEx does not deliver to this address; use UPS or postal service. You may also fax your offer to 360/873-4086 or scan and e-mail it to sarah_welch@nps.gov. CLAUSESOfferors must review and comply with the FAR provisions/clauses listed below. These clauses can be viewed at http://www.arnet.gov/far. 1)52.212-1, Instructions to Offerors - Commercial Items; 2)52.212-2, Evaluation - Commercial Items; 3)52.212-3, Offeror Representations and Certifications - Commercial Items; 4)52.212-4, Contract Terms and Conditions - Commercial Items; 5)52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 8, 18, 19, 20, 21, 22, 23, 24, 25, 26, 30, 33, 38; and paragraph (e) clauses incorporated as applicable;6)52.216-18, Ordering (a standing monthly order will be in place as described in Statement of Work; and additional orders may be placed by the COR);7)52.216-19, Order Limitations (there are no minimum or maximum order limitations; the contractor will be expected to fill all orders placed by the government);8)52.216-21, Requirements;9)52.217-5, Evaluation of Options;10)52.217-6, Option for Increased Quantity;11)52.232-19, Availability of Funds for the Next Fiscal Year (funds are not presently available for performance under this contract beyond the Base Year)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9475105033/listing.html)
 
Place of Performance
Address: Stehekin WA
Zip Code: 98852
 
Record
SN02058989-W 20100207/100205234843-27517ede38b5dd32ec48f739b0d81e8a (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.