SOLICITATION NOTICE
99 -- Wanted: 4,000 gallons of fuel for the Lock and Dam 7 in Lacrescent, MN
- Notice Date
- 11/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-12-T-0032
- Point of Contact
- Shannon Matthews, Phone: 651-290-5304, Dawn Linder, Phone: 651-290-5407
- E-Mail Address
-
shannon.l.matthews@usace.army.mil, dawn.m.linder@usace.army.mil
(shannon.l.matthews@usace.army.mil, dawn.m.linder@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. ii) Solicitation Number: W912ES-12-T-0032. This is being issued as a request for quotes (RFQ). Quotes are due no later than 30 November 2011 at 12:00 pm Noon CST. iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iv) This procurement will be 100% set-aside for small business concerns under NAICS code 324110 Size Standard 1500. v) Contract Line Items CLIN Item QTY Unit 0001 LP Gas for Lock and Dam 7 4,000 Gallon vi) Requirements are defined as follows: Scope of Work for LP Gas / Fuel Cylinders. The purpose of this contract is to provide liquefied petroleum for multiple uses at the Lock 7 de-watering project beginning 1 December 2011 through 16 March 2012. The contractor shall quote refill delivery charges, tank rental, and price per gallon for the following. 4000 gallons of LP supplied to two 500 gallon tanks. Tank size shall be no smaller than 500 gallons. 30 - 100 pound cylinders with weekly pick-up and delivery with the anticipated use of a total of 120 cylinders. Delivery date of the tank and LP shall be on 5 December 2011. All invoices shall be sent to: Fountain City Service Base Attn: Bryan Peterson 431 North Shore Drive Fountain City, WI. 54629 The LP and Tank shall be sent to the Maintenance and Repair Section: Lock and Dam 7 33018 Highway 61 La Crescent, MN. 55947-9538 viii) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. ix) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. Evaluation of Offers A vendor must provide a price on all items in this solicitation to be eligible for award. The Government will award on an "All or None" basis. Offers shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures. Offers will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable offer. The following factors will be used to evaluate offers: (i) Price and delivery To be considered for evaluation, Submit an electronic offer to Shannon.L.Matthews@usace.army.mil and Dawn.M.Linder@usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678. Submission of offers via fax will not be accepted. Late Offers Offers that are received late in accordance with FAR 52.212-1(f) will not be considered for award. Late offers will be considered late. x) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). Clause 52.212-3 may be found in the attached document or at http://farsite.hill.af.mil/. xi) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33. xiii) Other applicable clauses, 52.225-18, 52.225-25, 52.247-34, 52.252-1, 52.252-2, DFARS 252.212-7001, 252.232-7003, 252.247-7023, 252.203-7002, 252.204-7004 Alt A, 252.232-7010, 252.243-7001 xiv) Defense Priorities and Allocations System (DPAS) - not applicable. xv) Offers are due - not later than 30 November 2011 at 12:00 pm noon CST. xvi) INSTRUCTIONS TO OFFERORS Submit an electronic proposal to Shannon.L.Matthews@USACE.army.mil You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall submit document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 5. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, Shannon.L.Matthews@usace.army.mil and Dawn.M.Linder@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0032/listing.html)
- Place of Performance
- Address: 33018 Highway 61, La Crescent, Minnesota, 55947, United States
- Zip Code: 55947
- Zip Code: 55947
- Record
- SN02629945-W 20111201/111129234159-27887363293254a4e755cd06ef410688 (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 |