Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2014 FBO #4421
SOLICITATION NOTICE

91 -- Fuel and Fuel Tank

Notice Date
12/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-14-R-0013
 
Response Due
1/10/2014
 
Archive Date
2/28/2014
 
Point of Contact
Jacqueline Montague, 210-466-2215
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(jacqueline.t.montague.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number W9124J-14-R-0013 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This requirement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code for this requirement is 324110 with a corresponding Small Business Size Standard of 1500 employees. The Mission Installation Contracting Command - Fort Sam Houston (MICC-FSH) intends to award a firm-fixed price contract in support of Joint Task Force - North. Requirements are as follows: Place of Performance: Vicinity of Nogales, AZ. Line Item 1: Contractor shall deliver up to 7,500 gallons of No.2 Clear Diesel (over the road) Fuel, to a rented storage vessel at an equipment staging site on the US/Mexico border, west of the Nogales Port of Entry at the Government Staging area identified on the attached map. This location is extremely remote. Period of performance is approximately 02 Mar 2014 - 24 Apr 2014. Request all applicable taxes are included in pricing. Line Item 2: Contractor shall provide 1ea 2000-gallon double wall fuel storage vessel, and/or adequate tank, delivered to/from equipment staging site on the US/Mexico border, west of the Nogales Port of Entry at the Government Staging area identified on the attached map. This location is extremely remote. The fuel storage vessel shall include a 12 volt electrical powered pump, battery, means for customer to gauge fuel level, adequate hose (approx. 20ft) and fill nozzle to service engineer construction equipment. Period of performance is approximately 02 Mar 2014 - 24 Apr 2014. Request all applicable taxes are included in pricing. Requirements/Evaluation Factors for Contracted Fuel and Tank: Overview: Contractor will be responsible for delivery of the rented storage vessel to the work site, off-loading, uploading; transporting fuel to the rented storage vessel; filling rented storage vessel and reclaiming unutilized fuel from the rented storage vessel (upon completion of mission). Contractor will be responsible for refueling the rented storage vessel within 24 hours notification for fuel by the customer. Contractor will be responsible for removing equipment from site upon completion of specified contract period. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, State Law, Occupational Safety and Health Administration (OSHA) regulations, and Army and installation regulations. a. Contractor will fill the rented fuel storage vessel upon initial delivery to the work site on March 2, 2014. b. Contractor shall deliver requested amount of fuel within 24 hours after receiving notification from the customer. c. Contractor's price schedule will include delivery/pick-up charges for fuel and tank, and all applicable Federal, State, County and City taxes. d. Contractor will defuel rented fuel storage vessel upon conclusion of the contract and provide the customer with the amount of non-consumed fuel. e. Contractor's tank shall include a 12 volt electrical powered pump, battery, means for customer to gauge fuel level, adequate hose (approx. 20 ft) and fill nozzle to service engineer construction equipment. f. Contractor shall provide past performance records/references of Government fuel contracts prior to acceptance of evaluation process. Delivery shall be F.O.B. Destination as indicated in Line Items. The following provisions and clauses apply to this acquisition. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications with proposal; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-10, 52.219-6, 52.219-28, 52.222-19, 52.223-18, 52.225-13, 52.232-29, and 52.232-33. FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.204-7, System for Award Management (SAM); 52.204-13, System for Award Management Maintenance; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; 52.222-50, Combating Trafficking in Persons. DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea; DFARS 252.204-7000, Disclosure of Information; 252.204-7003, Control of Government Personnel Work Product; DFARS 252.232-7006. Wide Area WorkFlow Payment Instructions. Local Clause: 5152.233-4000 AMC Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command https://www.fbo.gov/index?s=opportunity&mode=form&id=a74de86e6a18269... 12/12/2013 Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMCAMC-Level Protest Procedures. Proposals are due no later than Friday, 10 January 2014 by 4:00PM CST and may only be submitted electronically via email to the following points of contact: Ms. Jacqueline Montague, Contract Specialist, at jacqueline.t.montague.civ@mail.mil AND Ms. Dawn Windham, Contracting Officer, at dawn.m.windham.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8834f50a47ee292ee9724f19b0438e38)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03259069-W 20140101/131230234640-8834f50a47ee292ee9724f19b0438e38 (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.