SOLICITATION NOTICE
91 -- Fuel Services - Package #1 - Package #2 - Package #3 - Package #4
- Notice Date
- 4/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424710
— Petroleum Bulk Stations and Terminals
- Contracting Office
- Department of Labor, Employment Training Administration, Wind River Job Corps Center, 320 W Main Street #3, Riverton, Wyoming, 82501, United States
- ZIP Code
- 82501
- Solicitation Number
- RFQFuelServices
- Archive Date
- 5/12/2016
- Point of Contact
- Kathryn Osborne, Phone: 3078579694, Randle Keown, Phone: 3078579685
- E-Mail Address
-
osborne.kathryn@jobcorps.org, keown.randale@jobcorps.org
(osborne.kathryn@jobcorps.org, keown.randale@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- SCA WD Terms And Conditions W-9 Vendor Self Cert 04/22/2016 Management and Training Corporation Wind River Job Corps Center 4200 Airport Rd. Riverton, WY 82501 Subject: Request for Quotation (RFQ) - Fuel Services RFQ# 2016-001 To potential bidders: THIS IS A SUBCONTRACTING OPPORTUNITY with Management & Training Corporation (MTC), operator of the Wind River Job Corps Center. MTC is requesting bids for Fuel Services. Services to be provided are outlined in the attached statement of work. All bids must be returned by mail, electronically or fax; and received no later than 3:00 PM on 04/27/2016.If mailed or delivered, please send to: Kathryn Osborne Management & Training Corporation Wind River Job Corps Center 4200 Airport Rd. Riverton WY 82501 MTC reserves the right to reject any or all bids or waive any formality connected with the bids. MTC will be the sole judge of which bid is the best value and its determination and finding on such decision will be final. MTC is an affirmative action employer committed to equal employment opportunity. In accordance with our affirmative action policy, MTC's recruitment and employment process is conducted without regard to race, color, religion, national origin, sex, marital status, handicap, or veteran status. Contractors must agree to comply with this affirmative action plan. If you have any questions regarding this RFQ, you may contact me at 307-857-9694 or Osborne.kathryn@jobcorps.org. Sincerely, Kathryn Osborne Buyer Management & Training Corporation, operator of the Wind River Job Corps Center Attachments MANAGEMENT & TRAINING CORPORATION "THIS IS A SUBCONTRACTING OPPORTUNITY" Request for Quotation Fuel Service RFQ# 2016-001 NAICS CODE: 424710 Fuel oil bulk stations and terminals 04/22/2016 Bids will be received until 3:00 PM on: 04/27/2016 NOTE: If you are unable to quote, please notify buyer (contact information is below). This RFQ does not commit MTC to pay any costs incurred in the preparation of a quotation, nor does it commit MTC to award a contract for products, supplies or services. MTC will be the sole judge as to which bid offers the best overall value and will serve the best interest of MTC. MTC reserves the right to reject any and all bids without recourse from bidders. Mark Envelope with: RFQ# 2016-001 Deliver, mail, fax or send electronically to: Kathryn Osborne Management & Training Corporation Wind River Job Corps Center 4200 Airport Rd. Riverton, WY 82501 Phone: 307-857-9694 Fax: 307-857-9838 E-mail: osborne.kathryn@jobcorps.org BID SHEET Fuel Services OFFER TO: Management & Training Corporation (MTC). In compliance with and by signature below acknowledges and agrees to the Bid Provision, Scope of Work, Terms and Conditions, and other specifications contained in this RFQ, the undersigned hereby proposes to provide Fuel Services for the Operator of the Wind River Job Corps Center. Bid Price The prices herein are no higher than would be quoted to any other customer, either commercial and/or agencies of the United States Government, for similar services or products. (Fuel delivered into bulk tanks at market price based upon the fuel industry benchmark) OPIS Fuel industry benchmark percentage Base Term 05/1/2016 To 04/30/2017 1st Option Year 05/1/2017 To 04/30/2018 2nd Option Year 05/1/2018 To 04/30/2019 3rd Option Year 05/1/2019 To 04/30/2020 OPIS differential for #2 Fuel during Warm Season (March - October) OPIS differential for #1/#2 Fuel Blend during Cold Season (November-February) DEF-Diesel Exhaust Fluid Yearly Tank Lease for (4) 500 gallon fuel tanks 12 Volt electric pumps with pull away safety shut-offs rate for BIO fuel. Above prices include necessary labor, transportation and supervision required to accomplish scope of work. Any additional charges for services or products that are not included in the above pricing will be listed below: _______________________________________________________________________________________ _______________________________________________________________________________________ Requested payment terms (Net 30, Net 15, etc.): ________________________________ Respectfully submitted, Signature: ___________________________ Company Name: ________________________ Printed Name: ________________________ Address: ______________________________ Title: ________________________________ ______________________________________ Email: _______________________________ Phone: ________________________________ Date: ________________________________ Fax: __________________________________ DUNS#: ______________________________ TAX ID#: ______________________________ RESPONSE TO SOLICITATION: To be considered for an award of the contract, the response to this solicitation will include: • Completed "Bid Sheet" with pricing. Bidders must include proposed prices for base and option years, as applicable • Valid business licenses and/or W-9 to practice in the state or commonwealth • Statement of Experience and references • Certificate of insurance (see Insurance section under Terms and Conditions) • MTC Vendor Self-Certification Form SELECTION OF CONTRACTOR In addition to the fee-for-service pricing, selection of the contractor will be based on the following criteria: • Experience in providing contracted Fuel Delivery Services • Previous services provided in residential settings such as schools, colleges, institutions, military or correctional institution • Acceptance of the MTC Terms and Conditions • Approval of the contractor by the MTC corporate office, if applicable • Approval of the contractor by Regional Office of Job Corps, U.S. Department of Labor, if applicable BID PROVISIONS The following bid provisions will apply. Failure to carefully read and follow all instructions and specifications will be at the bidder's risk. 1. All prices and notations must be in ink or typewritten. No erasures are permitted. Errors may be crossed out and corrections printed in ink or typed adjacent and must be initialed in ink by person signing bid. 2. Price Warranty: The prices quoted herein are no higher than would be quoted to any other customer commercial and/or agencies or the United State Government for similar services or products. 3. The bidder will list on a separate sheet of paper any exceptions to the conditions of this bid. This sheet will be labeled "Exceptions to Bid Conditions" and will be attached to the Bid Sheet. If no exceptions are stated, it will be understood that all general and specific conditions will be complied with without exception. 4. MTC reserves the right to accept and/or reject any or all bids or waive any formality connected with the bids. Lowest pricing or overall bid does not constitute bid award. MTC will be the sole judge of which bid is selected for approval (see "Selection of Contractor" above) and contract award. 5. Items will be quoted F.O.B. Destination. No additional charge for delivery, drayage, express, parcel post, packing, cartage, insurance, license fees, permits, cost of bonds, or for any other purpose will be paid by MTC unless specifically included in the bid and accepted by MTC. 6. In the event that a contract is awarded in response to the RFQ, the below statement of work, provisions and set forth terms and conditions will be incorporated in their entirety into the contract and become an integral part of the contract when the contract is accepted by the contractor, either by acknowledgment or commencement of performance. CENTER FUEL SERVICES MANAGEMENT & TRAINING CORPORATION SCOPE OF WORK The Fuel Service Provider, referred to henceforth as Contractor, agrees to provide MTC, Operator of the Wind River Job Corps Center, referred to henceforth as the center, with the services stated herein. Services will be provided as authorized by the Center Director or his/her representative. Payment for services rendered will be according to the attached Bid Sheet. The base period of performance is May 1, 2016 through April 30, 2017, with three one-year pre-priced option years. Fuel Services The Wind River Job Corps Center provides training for operators of Heavy Equipment. Bulk fuel is required for in order to provide fuel for those machines. Above ground fuel storage tanks with electric pumps will be leased. The contractor shall provide Fuel Services for approximately 48 weeks at the Wind River Job Corps Center for up to an estimate 600 gallons per week. 1) Contractor shall furnish: a) #2 fuel Clear On Road Diesel and Dyed Off Road Diesel per week during warm season March through October. b) #1 (80%) and #2 (20%) blended fuel per week during cold-season November through February with the appropriate amount of winter additive. c) Approximately 10 bottles of Diesel Exhaust Fluid per week, for a total of 520 for the year. 2) Contractor shall furnish (4) 500 gallon self-contained double walled fuel tanks on skids leased yearly with the following specifications: a) 2" fill port. b) Mechanical fuel gauge. c) Leak detection mechanism. d) Low fuel alarm. e) High fuel alarm. f) Vents and emergency venting. (to code) g) Extra emergency vent. (to code) h) Spill box. i) Lift points for hoisting onto vehicle for installation and removal. 3) Contractor shall furnish (4) 12Volt electric pumps with pull away safety shut offs rated for BIO Fuel. a) Provisions need to be included on how to lock the pumps and nozzles. 4) Center working hours for Fuel Service: a) 8:00 a.m. to 4:30 p.m. Monday through Friday. b) Drivers will sign in and out each day on center at the Facility Receiving Department. In and out signature log will be utilized to document government funds payment of contractor's submitted invoices. STANDARD CONTRACT TERMS AND CONDITIONS Management & Training Corporation standard Terms and Conditions are included with this RFQ and can be found at www.mtctrains.com. It is the Contractor's responsibility to verify MTC's current Terms and Conditions at the time services and/or goods are provided. ADDITIONAL TERMS AND CONDITIONS Independent Contractor: Under this agreement, Contractor is an independent contractor and not an employee or agent of MTC or the Department of Labor, Job Corps. As an independent contractor, Contractor acknowledges that he/she would not be covered by Worker's Compensation. Contractor agrees to provide professional insurance to cover Contractor's professional services to the center. Contractor agrees to indemnify and save the center harmless from any expenses, including attorney's fees and also claims on account of damage to property or bodily injury (including death) which may be sustained by himself/herself or his/her employees in connection with work performed. (Detailed insurance and indemnification requirements are contained in the Terms and Conditions.) Termination: Termination for Convenience. At any time during the term of this Agreement, either party hereto may notify the other party of its intent to terminate this Agreement, for any reason, by providing notice to the other party in writing. Such termination will be effective thirty (30) days after the receipt of such notice by the non-terminating party. Termination for Cause. MTC may terminate this Agreement at any time for "cause". In the event the Agreement is terminated for cause, termination shall be effective immediately upon notification unless otherwise noted. MTC shall have the sole discretion in determining if cause exists. Cause includes, but is not limited to, the following: a) Provider has breached any of the material terms and conditions of this Agreement or the exhibits or attachments hereto. b) Any activities or actions of Provider that, in the judgment of MTC, are deemed to be detrimental to MTC. c) The failure of Provider to meet any of the qualification requirements specified in this Agreement or any misrepresentation by Provider of Provider's qualifications. d) Provider's anticipated inability to meet its obligations pursuant to this Agreement due to financial insolvency, bankruptcy, or lack of capacity to provide health care services. Insurance: Contractor shall provide and maintain and cause its subcontractors to provide and maintain insurance coverage identified in the Terms and Conditions until obligations under this contract are satisfied. For general liability, Contractor shall ensure the insurance policy names MTC as additional insured, as their interests may appear. If the insurance carrier will not add MTC as an additional insured, Contractor shall provide a letter from the carrier stating why this cannot be done. Failure to procure and maintain the required insurance and provide proof thereof, in the form of an appropriately executed certificate of insurance prior to the effective date of this contract or within thirty (30) days following the commencement of a new policy period, shall constitute a material breach of the contract. Such certificate shall contain provisions that coverage afforded under the policies shall not be canceled, terminated, or materially altered without at least thirty (30) days prior written notice to the other party. Contractor shall obtain the required insurance from a provider that is rated A- or better by A.M. Best or as acceptable by MTC. Wage Comparability: The contractor agrees: (1) to pay at least the prevailing applicable Federal Contractor Minimum Wage as required by Executive Order 13658. (refer to Section 6(a) (1) of the Fair Labor Standards Act of 1938, as amended); and (2) that DOL shall reimburse for compensation in excess of the minimum only to the extent that such compensation does not exceed the standards set forth for reasonableness thereof in the applicable Cost Principles (FAR 31.2). In general, compensation should be limited to an amount that does not exceed the wage or salary payable to persons providing substantially similar services in the area where the program is being carried out, or the area of the particular employee's immediately preceding employment, whichever is higher. Service Contract Act (SCA): This service is subject to the provisions of the Service Contract Act (SCA) of 1965, as amended (see FAR 52.222-41). Subcontractors must comply with WD#2005-2587 Rev 14 dated 12/22/2014 If this subcontract includes option year(s) and/or an extension, the subcontractor shall be notified if the referenced WD# is revised by the Department of Labor. Wage determinations can be found at http://www.wdol.gov. The subcontractor is required to post a notice of the compensation required (including, for service contracts, any applicable wage determination) in a prominent and accessible location at the worksite where it may be seen by all employees performing on the contract. The poster "Notice to Employees Working on Government Contracts" (WH Publication 1313) is available at: http://www.dol.gov/whd/regs/compliance/posters/sca.htm. Prime Contract: MTC is a contractor to the U.S. Department of Labor, Office of Job Corps, for operation of the center under contract #DOL-ETA-15-C-0042(the Prime Contract). Contractor shall cooperate with MTC and other contractors to assure performance for the operation of the center in accordance with the Prime Contract. Invoicing: Contractor shall submit to MTC, on a monthly basis, an invoice for services provided during the covered billing period. The invoice shall include, at a minimum: • Breakdown Dates services provided and Purchase Order # • Pricing for individual services and products, with extended unit price and total • Invoice number and date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d1205d47aff9567ffdbd29da68b3a6d)
- Place of Performance
- Address: 4200 Airport Rd, Riverton, Wyoming, 82501, United States
- Zip Code: 82501
- Zip Code: 82501
- Record
- SN04092533-W 20160424/160422233924-7d1205d47aff9567ffdbd29da68b3a6d (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 |