SOLICITATION NOTICE
W -- W-Rental of Propane Tanks for Base plus 4 Option Years. This solicitation is intended for vendors with GSA Schedule Propane Contracts. Subsequent fuel award will be made upon award of this rental contract.
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - GRTE - Grand Teton National Park MOOSE WAREHOUSE Moose Wyoming 83012
- ZIP Code
- 83012
- Solicitation Number
- P12PS22991
- Response Due
- 8/8/2012
- Archive Date
- 7/30/2013
- Point of Contact
- J. Thayne O'Brien Contract Specialist 3077393447 thayne_o'brien@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
- N/A
- Description
- 1.GENERAL INFORMATION This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation-P12PS22991. FAR clauses and provisions enclosed within this RFQ are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is for full and open competition. Any firm wishing to submit a proposal must have a current GSA Schedule contract for the sale of propane, as any procurements for the supply of propane can only be made to the ownership of leased tanks. All concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 454312 and the small business size standard is 50 employees. 2.REQUIREMENT Grand Teton National Park will be requiring the rental of approximately 74 propane tanks for NPS owned buildings at a variety of locations within the park. The intent of the solicitation is to rent the tanks for one year with the option to rent for up to 4 additional years. Per Wyoming regulations, once the tanks are rented from the successful vendor, fuel will be purchased from this vendor for the duration of the contract per a negotiated GSA Contract rate. It is estimated that 100,000 gallons will be purchased for Administrative Buildings per year, and about the same amount from individual residents. Tentative Schedule: The first year of the contract shall be effective September 1, 2012-August 30, 2013. There are a variety of tanks and deliveries in the Park. The vendor will provide tanks for rental, and there are NPS owned tanks for which fuel will be purchased. Tanks may be placed at individual buildings, or may be configured to serve as distribution point into which the vendor shall provide fuel and bill on a metered basis as the fuel is dispensed. Tanks at employee housing areas are either NPS or vendor owned. It is expected that government meters will be used where available, and that th same number of meters currently provided by the incumbent vendor will be provided by the successful offeror. Currently, employee fuel approximates the NPS rates. This is not a requirement of this solicitation, but it is expected that rates should approximate those at NPS administrative buildings, as delivery quantities approximate time and volume of those for government administrative buildings. Tanks are as follows with a listing of sizes in the Price Schedule. Vendor Owned NPS Owned Meters utilized for fuel dispensing 30 51 Above ground tanks51+ 7 metered 5 + 2 metered Below ground tanks 7 + 9 metered 7 + 4 metered Totals58 + 16=74 12 +6= 18 Any proposed tanks must be free from leaks, corrosion, pits, or dent, new in appearance, with no apparent rust, scale or cracked paint, and installed in accordance with current code and regulations for safe and efficient fuel dispensing. Regulators must be new and properly installed and any required inspection certificates provided. Any termination/exchange of service costs must be negotaited with the current supplier (Suburban Propane) so that upon completion of installation of new equipment, there is no interruption of service for any period in excess of four hours. 3.CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS Evaluation factors include [a] price; [b] past performance supported by documentation and references: [c] Description of current GSA contract price schedule. Subsequent contracts will be issued for the supply of Propane. It is crucial to the Government that the price for both tank rental and fuel pricing be considered. Tank rental, current GSA schedule pricing and past performance shall be equal in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.217-5 Evaluation of Options. 52.217-8 Option to Extend Services. 52.217-9 Option to Extend the Term of the Contract 52.222-42 Statement of Equivalent Rates for Federal Hires 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration 52.223-18 Contractor Policy Ban Text Messaging while Driving 52.252-2 Clauses Incorporated by Reference 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presenlty available for performance under this contract beyond September 30, 2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2012, until funds are made availbale to the Contracting Officer for performance and until the Cointractor received notice of availability, to be confirmed in writing by the Contracting officer. DOI LOCAL CLAUSE - IPPDOI LOCAL CLAUSE - ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INTERNET PAYMENT PLATFORM (IPP) (SEPTEMBER 2011)APRIL 2012 Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Condition - Commercial Items including in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 4.PROPOSAL QUOTES ARE DUE for this combined synopsis/solicitation on August 8, 2012 at 3:00 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and emailed to thayne_o'brien@nps.gov. All questions regarding this solicitation must be submitted in writing via email to thayne_o'brien@nps.gov Tank rental may be billed monthly or annually after the completion of the billing period. SCHEDULE (#ea)Year 1Year 2Year 3Year 4Year 5Total Annual rental of 125 gl above__1_____________________________________ ground tank Annual rental of 250 gl above__4_____________________________________ ground tank Annual rental of 500 gl above_50_____________________________________ ground tank Annual rental of 500 gl below __7_____________________________________ ground tank Annual rental of 1000 gl above __3_____________________________________ ground tank Annual rental of 1000 gl below __9_____________________________________ ground tank Grand Total__________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22991/listing.html)
- Place of Performance
- Address: Grand Teton National Park, Teton County, WY
- Zip Code: 830120170
- Zip Code: 830120170
- Record
- SN02820336-W 20120801/120731000255-eae62f852ffb5db37abec8f5b0ef6171 (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 |