Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
MODIFICATION

91 -- Supply and Deliver Unleaded & Diesel Fuel, Crater Lake National Park, Oregon

Notice Date
3/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
NPS, PWR - PORE MABO Point Reyes National Seashore 1 Bear Valley Road Point Reyes Station CA 94956-9703 US
 
ZIP Code
00000
 
Solicitation Number
P16PS00721
 
Response Due
3/31/2016
 
Archive Date
4/15/2016
 
Point of Contact
Northcutt, Jack
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of unleaded gasoline and ultra-low-sulfur clear diesel, commercial items, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-87 of March 7, 2016. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P16PS00721 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 324110 and the size standard is 1,500 employees or less. This acquisition is to supply and deliver the following: 1. REGULAR UNLEADED GASOLINE, estimated 4,500 gallons 2. ULTRA LOW-SULFUR No. 2 CLEAR DIESEL, estimated 25,000 gallons Deliver to the National Park Service, Crater Lake National Park underground storage tanks (USTs). The tank for the Regular Unleaded Gasoline is 6,000 gallons. The tank size for Ultra Low-Sulfur No. 2 Clear Diesel is 12,000 gallons. DELIVERY LOCATION AND FREQUENCY: Both USTs are located adjacent to Building 14 at Park Headquarters, approximately three miles north of State Highway 62 on Munson Valley Road. Delivery will occur on an as-needed basis when requested by the Contracting Officer (or authorized representative of the contracting officer). Deliveries will be between the date of award, approximately April 1, 2016, through July 29, 2016. Bldg 14 UST Lat: 42.89552777 Long: -122.08324999 INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A UNIT PRICE PER GALLON FOR EACH OF THE TWO REQUIRED ITEMS. The Government intends to award a Firm-Fixed Price Contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, on the basis of the lowest evaluated price of quotes. The Government reserves the right to adjust the total quantity ordered based on availability of funding at the time of award. A breakdown of quantity discounts shall be provided with the quotation, if applicable. The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-17 Ownership or Control Offeror; 52.204-18 Commercial and Government Entity Code Maintenance; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless the Certs & Reps section of the contractors www.sam.gov record is completed in full); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3 Alt 1, Buy American--Free Trade Agreements--Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work. Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿Representation (Feb 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Electronic Invoicing and Payment Requirements ¿ Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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 Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor ¿s business invoice (upload your business invoice as an attachment to the IPP invoice before you click ¿submit ¿ in IPP) and relevant OPIS report. VENDOR ¿S FAILURE TO ATTACH THE REQUIRED DOCUMENTATION AS SPECIFIED ABOVE WILL RESULT IN THE IPP INVOICE BEING REJECTED. 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 SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 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. INSTRUCTIONS TO OFFERORS: Quotations are due by THURSDAY, MARCH 31, 2016, 2:30 PM, PDT to the attention of: Jack Northcutt, Contract Specialist, Crater Lake National Park. Submit your quotation using the Quote Sheet below, listing UNIT PRICE PER GALLON for Regular Unleaded Gasoline and UNIT PRICE PER GALLON for Low-Sulfur Clear Diesel #2. Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of Jack Northcutt, NPS, Klamath Ranger District, 2819 Dahlia St. Ste A, Klamath Falls, OR 97601 on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). Quotes may be sent to e-mail address jack_northcutt@nps.gov. Any quotation received after 2:30 pm Pacific Daylight Time will be considered late and will not be further considered. To be eligible for award, Offeror must have an active SAM record at http://www.sam.gov at the time of award. ANY QUESTIONS REGARDING THIS ACQUISTION MUST BE SUBMITTED IN WRITING (via mail or email) to the point of contact below no later than two (2) days before the closing date. THE POINT OF CONTACT FOR THIS QUOTATION IS: Jack Northcutt, Contract Specialist, Crater Lake National Park, telephone: 541-883-6884; e-mail: jack_northcutt@nps.gov QUOTE SHEET RFQ No. P16PS00721 Supply and Delivery of Unleaded Gas and Clear Diesel Crater Lake National Park a. Company Name: _________________________________________ b. Company DUNS: ________________________________________ c. Company Contact (name/e-mail/phone number): _____________________________________ d. Acknowledgement of any amendments: Amendment #: _________ Dated: _______________ Amendment#: __________Dated: _______________ e. Pricing: Pricing will be determined utilizing the Oil Price Information Service (OPIS) Standard Gross Closing rack price for Portland, Oregon. Deliveries shall be priced according to the posted price on the effective date plus fees, taxes and the Contractor's add-on (markup), rounded to the nearest cent. Line Item 10Gasoline, Regular Unleaded, Min 10% Ethanol @OPIS Portland Price PLUSPrice per Gallon Federal Excise Tax$ Federal LUST Fee$ State Tax$ OR Load Fee$ Any other fees or surcharges (specify)$ Markup & Delivery$ Total Price of Taxes, Fees and Markup Per Gallon$ Line Item 20Diesel, ULSD, No. 2, Clear @OPIS Portland Price PLUSPrice per Gallon Federal Excise Tax$ Federal LUST Fee$ State Tax$ OR Load Fee$ Any other fees or surcharges (specify)$ Markup & Delivery$ Total Price of Taxes, Fees and Markup Per Gallon$
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00721/listing.html)
 
Place of Performance
Address: Crater Lake National Park Building 14 Crater Lake OR 97604 USA
Zip Code: 97604
 
Record
SN04058380-W 20160324/160323000538-2f2dfd9822c2889200054788057475a1 (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.