Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

91 -- BULK PROPANE - FAR provision 52.212-3

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFP-244-13-0014-REL
 
Archive Date
9/27/2013
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2013) that must be completed and submitted with the offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted pursuant to the authority of FAR Part 15, Contracting by Negotiation; and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Proposal (RFP)-244-13-0014-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The associated North American Industry Classification System code is 424710 and the small business size standard is 100 employees. PRICE SCHEDULE - SUPPLY AND DELIVER BULK PROPANE: 80,000 Gallons @ $____________________ per gallon = $_________________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire propane for the Government living quarters, and boilers and unit heater at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. STATEMENT OF WORK: The Contractor shall supply and deliver bulk propane to the Northern Cheyenne Service Unit employee quarters and Northern Cheyenne Health Center located in Lame Deer, Montana. An 18,000 gallon propane tank is used to supply the propane for two Teledyne Laars boilers, one Weil-McClain boiler, and two water heaters in the Mechanical room at the health center. Included in the proposal is a 250 gallon heliport tank that is used to supply propane to one TRANE unit heater in the Ambulance garage. There are also various furnaces in the employee quarters that are served by 250 gallon propane tanks. Propane prices submitted with this RFQ must be a unit price per gallon for the entire contract period which will begin October 1, 2013, and end September 30, 2014. The estimated annual usage is 80,000 gallons which is based on historical data. It is understood that these quantities are estimates only for the contract period. Quantities may be increased or decreased based on need. The unit price per gallon must include all monitoring, handling and delivery costs and should not be listed as a separate item on any invoices. The delivery of the propane shall be during normal working hours (i.e., Monday through Friday, 6:00 a.m. to 6:30 p.m.). A load ticket for each tank filled shall be signed by a representative of the Northern Cheyenne Service Unit after each propane delivery. The Contractor must monitor the propane storage tanks on a weekly basis and fill as required. The propane tank levels will not be allowed to drop below 20%. Monitoring and delivery of additional propane will allow the boilers and unit heater to function according to the manufacturer's recommendations. The Contractor will be required to comply with all local, State and federal laws pertaining to the transportation and delivery of the liquid propane to the Northern Cheyenne Service Unit. PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months from October 1, 2013, through September 30, 2014. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR for this contract will be Martin Reed, Staff Engineer, Office of Environmental Health & Engineering, Billings, Montana. The COR shall be responsible for: (1) Verifying delivery of the propane; (2) Ensuring the Contractor monitors the propane tank levels; (3) Conducting technical inspections and acceptance; and (4) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Maintenance Department at the Northern Cheyenne Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Delivery date including the number of gallons delivered; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: 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 (past performance and delivery terms) considered. The Indian Health Service shall award a contract to the contractor that can provide the services that represents the best value to the Government. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-3 with Alternate I, 52.223-5, 52.223-6, 52.225-25, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.237-1, 52.237-2, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-9, 52.223-18, 52.225-1, 52.225-3, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on September 12, 2013. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFP-244-13-0014-REL/listing.html)
 
Record
SN03147788-W 20130815/130814000305-b19901e396f09c2f6d851966a87841d8 (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.