SOLICITATION NOTICE
91 -- Fuel Tank Rental & Fuel Delivery Services - HSFEHQ-11-Q-0025
- Notice Date
- 12/16/2010
- 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
- HSFEHQ11Q0025
- Archive Date
- 1/11/2011
- Point of Contact
- Peter A. Sorrentino, Phone: 202-646-2887, Carolyn A. Abney, Phone: 202-646-4654
- E-Mail Address
-
peter.sorrentino@fema.gov, carolyn.abney@dhs.gov
(peter.sorrentino@fema.gov, carolyn.abney@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 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-11-Q-0025 is issued as a Request for Quotation (RFQ) for the supply and dispense of off-road diesel fuel and rental of a 500 gallon tank at the Department of Homeland Security, Federal Emergency Management Agency, Distribution Centers located at Hope, AR. This requirement is for (CLIN 0001) the supply and dispense of off-road diesel fuel, Gallons/Month @ Price/gallons, and (CLIN 0002) the rental of a 500 gallon tank for the Hope Temporary Housing Unit site. The fuel tank shall be NFPA30 and 30A compliant. The vendor shall provide fuel tanks, appropriately licensed drivers/operators, all associated equipment, supplies, fuel, and personnel to handle and dispense hazardous materials (diesel). The vendor must provide the proper documentation of all deliveries. Delivery shall be made within 24 hours of a fuel delivery request. Please refer to the Attachment Form SF 1449 for specifications, 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 apply to this solicitation. This procurement is a small business set-aside. The NAICS code is 424720: small business size standard is 500 or less employees. It is anticipated that only 1 award will result from this solicitation, issuance of a firm-fixed-price with economic price adjustment (seven (7)-month base period). 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 and specifications 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," and FAR 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. Emailed responses to this RFQ are due by 2:00 PM/EST, 12-27-2010 and may be emailed to Peter.Sorrentino@fema.gov. 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 Peter.Sorrentino@fema.gov and received no later than 12:00 PM/EST, 12-17-2010. 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/HSFEHQ11Q0025/listing.html)
- Place of Performance
- Address: FEMA THU - West Hope Staging Site, 3910 Highway 278W, 71801, Hope, Arkansas, 71801, United States
- Zip Code: 71801
- Zip Code: 71801
- Record
- SN02345817-W 20101218/101216234445-85177d538e02c129b90f01a206eb2e86 (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 |