Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

91 -- Bulk Propane at FBSU - FY16 - 52.212-3

Notice Date
9/1/2015
 
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
RFQ-10-15-055-KN
 
Archive Date
10/1/2015
 
Point of Contact
Kenny J. Nicholson, Phone: 4062477063
 
E-Mail Address
KENNETH.NICHOLSONJR@IHS.GOV
(KENNETH.NICHOLSONJR@IHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
52.212-3 Offeror Representations and Certifications—Commercial Items. (MAR 2015) 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 under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.101, Non-Personal Service Contract. 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 Quotation (RFQ)-10-15-055-KN. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. 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: 25,000 Gallons @ $________________________ per gallon = $_____________________________ AND Supply of (1) one 8,000 Gallon Propane Tank @ $_____________________________. PERIOD OF PERFORMANCE: Performance of this contract shall be from October 1, 2015 through September 30, 2016. BACKGROUND: The purpose of this contract is to acquire propane for the Government living quarters, and boilers and unit heater at the Hays Clinic, PHS Indian Health Center, Hays, Montana. STATEMENT OF WORK: The Contractor shall supply and deliver bulk propane to the Hays Health Center and employee quarters located in Hays, MT on the Fort Belknap Indian Reservation. Propane is used to supply the propane for two Bryan (Model F-650) boilers and five water heaters at the health center. Included in the proposal are also various employees quarters furnaces that are served by 250 gallon propane tanks. Propane prices submitted with the RFQ must be unit price per gallon for the entire contract period. It is understood that the quantities shown are estimated for the contract period. Quantities may be increased or decreased as needed. 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. Contractor will also need to provide (for lease) an 8,000 gallon tank and all accessories to connect to existing service lines. The lump sum tank costs shall include equipment, delivery, and setup. The price will be denoted as a separate line item on the bid sheet. 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 Hays Clinic 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 manufacturers 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 Hays Clinic, PHS Indian Health Center, Hays, Montana. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to 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: Frank Doney, the Maintenance Supervisor at the Fort Belknap 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) Dates of Service including the number of hours worked; 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, 52.209-10, 52.211-16, 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, 52.219-8, 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. 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.GOV) 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 16, 2014. 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 Kenneth.NicholsonJR@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/RFQ-10-15-055-KN/listing.html)
 
Place of Performance
Address: 123 Whitecow Canyon Road, Hays, Montana, 59527, United States
Zip Code: 59527
 
Record
SN03866603-W 20150903/150902000515-b8f19644bd3e2af33dc4b88030a427eb (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.