Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

91 -- Bulk Vehicle Fuel ID/IQ - Package #1

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, California, 96130
 
ZIP Code
96130
 
Solicitation Number
AG-9JNE-S-11-0001
 
Archive Date
2/9/2011
 
Point of Contact
Michell D. Gutierrez, Phone: 5302526673, Katherine Pasini, Phone: 530-252-6621
 
E-Mail Address
mdgutierrez@fs.fed.us, kpasini@fs.fed.us
(mdgutierrez@fs.fed.us, kpasini@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Fuel Approximations Pricing Sheet 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; quotes are being requested and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://arnet.gov/far. The solicitation number is AG-9JNE-S-11-0001, and the solicitation is issued as a Request for Quotation. The NAICS code is 424720 with an associated Small Business size standard of 100 employees. This solicitation is unrestricted, and will result in one or more awards of an Indefinite Delivery/Indefinite Quantity contract to a vendor(s) determined to be responsive and responsible. DESCRIPTION: The US Forest Service, Sierra Cascade Province, has a requirement for vehicle fuels to be delivered in bulk quantities to multiple locations on the Lassen, Modoc and Plumas National Forests. See Attachment 1 for locations, tank capacities and required pricing information. All fuels supplied through this contract must comply with applicable government standards and specifications, including the following: Unleaded Gasoline, 87 Octane, min.. Diesel Fuel Carb No. 2 (Clear Diesel) AGAR 452.211-74 PERIOD OF PERFORMANCE (FEB 1988): The period of performance of this contract is from February 1, 2011 through December 31, 2011. with 4 (four) one year options. The government notice to exercise options must occur in October and will be exercised January 1 through December 31 of each year with a signed contract modification. BASE REFERENCE UNIT PRICE: Base Reference Unit Price means the pre-selected reference price for an item as published the week of January 16, 2011 in the Oil Price Information Service (OPIS), "average" price for the designated city (Chico, CA). In the event one or more applicable reference price are not published on the date shown, then the base reference price shall be that price nearest in time prior to the date shown. Respondents shall attach a copy of the above noted pricing information with the offer. Failure to use OPIS for contract price adjustments shall render the offer non-responsive. The following publication shall be used for the Base reference price: OPIS Chico, Unleaded Gas OPIS Chico, Diesel Fuel Carb No. 2 BASE UNIT PRICE: Base Unit Price (markup) means the unit price offered for an item and included in the contract award schedule. Base Price shall remain fixed through the contract term. Base unit price shall exclude all Federal excise and state motor fuel taxes. TAXES: All contract prices for fuel under this contract shall exclude applicable Federal, State and Local Taxes. PRICE CHANGES: Price changes shall occur on a weekly basis. The effective date of price changes shall be on the Thursday following the date of the OPIS publication and shall be submitted with the monthly statement. Failure to provide the OPIS publication with price increase documentation may result in increase price forfeiture. TYPE OF CONTRACT: The Government contemplates award of an Indefinite Delivery, Indefinite Quantity - Fixed Price with Economic Price Adjustments contract resulting from this solicitation. AUTHORIZED ORDERING INDIVIDUALS: Delivery orders under this contract may be placed by any authorized Government employee on the Lassen, Modoc, or Plumas National Forests. BULK FUEL DELIVERIES: The Government will notify the contractor when a particular tank needs fuel. A copy of the delivery ticket with the gallons delivered, date, and time shall be left at the filling location. The original delivery ticket shall be submitted with the invoice for billing purposes. FAR 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued anytime during the contract performance period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract six (6) months after the end of the contract performance period. 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) The Government may elect to award a single delivery order contract or task order contract, or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (NOV 1999) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. CLAUSES AND PROVISIONS: The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation-Commercial Items. Offeror shall include a copy of 52.212-3 Offeror Representations And Certifications-Commercial Items (Mar 2005), or be registered electronically on the ORCA website www.orca.bpn.gov. The following clauses apply to this solicitation and the resulting contract: 52.212-4 Contract Terms and Conditions - Commercial Items. In addendum: 52.216-2 Economic Price Adjustment - Standard Supplies. 52.52.212-5Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, which includes, 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-06 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-08 Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-26 Child Labor-Cooperation with Authorities and Remedies; 52.222-56 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.225-01 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-34 F.O.B. Destination. Provisions and Clauses incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: http://www.arnet.gov/far. To be considered for award, all offerors shall be registered in the Central Contractor Registration (CCR) Database. The CCR website is http://www.ccr.gov. 52.212-2 EVALUATION-COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price, 2. Past Performance, and 3. Response time for fill up requests. When combined Past Performance and Response Time are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price of the basic requirement. Multiplying this figure by the FUEL APPROXIMATIONS IN GALLONS to achieve a total mark up price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDITIONAL INFORMATION: For information regarding the solicitation, please contact Judy Maddox, Sierra Cascade Province Fleet Manager at (530) 252-6404 or Katie Pasini, Contract Specialist at (530) 252-6621. SUBMITTING QUOTES: All Quotes must be received no later than January 25, 2011, 4:30 p, Pacific Daylight Time. Quotations should include the terms of delivery (including weather or not a less than full truckload can be delivered, and assurance delivery can be made within two days of receiving nodification). Submit quotes to the attention of Katherine E. Pasini, Contracting Officer, NCASA - Susanville Office, 2550 Riverside Drive, Susanville, CA 96130; or send by fax to: 530-252-6408.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JNE/AG-9JNE-S-11-0001/listing.html)
 
Place of Performance
Address: Sierra Cascade Fleet Province, 2550 Riverside Dr, Susanville, California, 96130, United States
Zip Code: 96130
 
Record
SN02358692-W 20110114/110112233925-b013d8cfb19f4662f4490d1abeb82d8e (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.