Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2016 FBO #5329
SOLICITATION NOTICE

91 -- Fuel (Various) BICY

Notice Date
6/24/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
NPS, SER - South MABO 33100 Tamiami Trail E Ochopee FL 34141 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01781
 
Response Due
7/21/2016
 
Archive Date
8/5/2016
 
Point of Contact
Stefanos, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: P16PS01781 Requirement: BioDiesel and 90 Non-Ethanol Set Aside: 100% Small Business Offer Due Date: Thursday, 21 Jul, 2016, 10:00am ET * There is a.PDF version of this solicitation attached in FBO and/or FedConnect * Solicitation P16PS01781 is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, Solicitation for Commercial Items, as supplemented with additional information included here. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. SET-ASIDE: The primary North American Industrial Classification System (NAICS) code is 424710 with a size standard of 200 employees. This project is set-aside 100 percent for small businesses under applicable NAICS code. Your SAM record must reflect that your company is small under NAICS code 424710. DELIVERY LOCATION: Big Cypress National Preserve, Ochopee, FL 31414 DELIVERY HOURS: Deliveries shall be made during normal working hours of 7:00 AM to 3:30 PM ET (except for Federal holidays), unless other arrangements are made in advance. In case of emergencies, i.e. hurricanes, wildfires, etc., exception(s) will be made to delivery time and date. RESPONSE TIME: Service shall be performed within 24 hours of notification of emergency service notification or within 48 hours of pre-scheduled request. TANKS: The gas will be loaded into a single 2,000 gal. above ground double wall tank with 2 inch fill. The Bio-Diesel will be loaded into two 2,000 gal. above ground double was tanks with 2 inch fill. There is ample room for any size truck to turn around in that area. PAST PERFORMANCE: Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. SITE VISIT: There will be no site visit for this requirement. REQUIREMENT: Approximately 3,000 gallons of recreational, octane 90 non-ethanol gas and approximately 10,000 gallons of B-5 Bio-Diesel. ESTIMATED QUANTITIES: The estimated number of gallons is estimated above. The quantities stated represent the government's best estimate based on historical consumption data. This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. Multiple deliveries will take place within a 12 month period. OFFER DUE DATE: The date that offers are due is July 21, 2016 at 10:00am ET. Your quote must be valid for at least 60 days. Email offers to Mary_Stefanos@nps. Offers must acknowledge receipt of all solicitation amendments. Ensure you ¿ve received confirmation of receipt. Offers received after 10:00am (EST) on July 21, 2016 will not be considered. OFFER FORMAT: You can put your quote on the provided Standard Form 1449 (SF 1449), or your own form, as long as you address each line item. Make sure your quote has the total price, your DUNS number, and a POC. QUESTIONS: Email any questions to mary_stefanos@nps.gov no later than 10am/EST on July 11, 2016 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. RESPONSIVE QUOTES: In order for the NPS to consider your quote responsive (complete & acceptable), it must be all-inclusive. If there are any quotes that have a note excluding any factors, or stating that anything will be calculated after award, such as applicable taxes, delivery charges, or any fees, the CO will consider these non-responsive. EVALUATION OF QUOTES: Quotes will be evaluated using the procedures set forth in FAR Part 13, Simplified Acquisition Procedures. The Contracting Officer will make a best value determination under these guidelines. See FAR provision 52.217-5. AWARD: The Contracting Officer anticipates awarding a FIRM FIXED PRICE purchase order on or around the end of July 2016, to the firm that presents the best value to the government. DELIVERY: There will be multiple deliveries within a twelve month period. REGULATORY: The hauler/supplier/Contractor (here and after referred to as Contractor) assumes all responsibility as owner of the product until it is delivered into the tank and is solely responsible for any spill during the loading, transport, and delivery of the product, this includes but is not limited to immediate notification of the Preserve as well as all required regulatory authorities should a spill occur. The Contractor assumes total responsibility for all cleanup costs, fines, or damages that are a result of delivery of the fuel. The Contractor must report any vehicle accident associated with the transportation of the product to the Preserve and all applicable authorities. The Contractor is responsible for any and all federal and state licensing, permits, and or placards that may be required to accomplish the work requirement. Operators of vehicles shall be properly licensed for the vehicle. SAFETY: The Contractor is responsible for the overall safety of deliveries. It is the Contractor ¿s responsibility to know and comply with all applicable OSHA regulations, as well as accepted industry safety standards, for this project. The Preserve is not exempt from OSHA requirements. The Contractor will provide proper safety equipment and training for workers on-site, and ensure that employees are physically capable to perform their assigned duties in a safe manner. CONTRACTOR RESPONSIBILITIES: Contractor shall furnish all labor, materials, transportation and equipment necessary to supply and deliver gasoline and bio-diesel fuel in accordance with local, state, and federal regulations and attached clauses and provisions into tanks using leak-free refueling hoses with multiple deliveries throughout the year. Contractor is required to possess certifications, safety signs, spill prevention kit/equipment, and park at least 25 feet away from the tank being serviced with the engine shut off. Prices will include all fees. Driver must have a valid Florida Drivers Licenses with the appropriate category for the type of delivery vehicle, follow all park speed limits, be trained on emergency refueling procedures, and have access to the vendor ¿s Spill Prevention Plan. Driver must be able to read and speak English in order to make contact with the Preserve ¿s dispatch center (1-305-242-7740) in case of emergencies to include spills. LINE ITEMS: There are two line items on this solicitation. If you use your form, ensure that you address both line items. Unit pricing must include delivery and all applicable fees and taxes. 1) Approximately 10,000 gallons of B-5 Bio-Diesel 2) Approximately 3,000 gallons of 90 Non-Ethanol Rec Gas PRICE: Pricing will be determined utilizing the Oil Price Information Service (OPIS) rack price for the Ochopee, FL location. Deliveries shall be priced according to the posted price on the effective date plus the contractor ¿s add-on (markup), rounded to the nearest cent. The contractor shall submit the relevant portion of the OPIS index with their invoice (see 52.212-4(g)). Submit attached Price Schedule with your quote. 52.211-16 Variation in Quantity. (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 percent increase 10 percent decrease This increase or decrease shall apply to each delivery. (End of Clause) 52.211-17 Delivery of Excess Quantities. (SEP 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price. (End of clause) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following web address: http://farsite.hill.af.mil/ (End of Clause) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015); FAR 52.212-2 - Evaluation-Commercial Items (Oct 2014),FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2015) with Alternate I, FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2016). The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-07 Anti-Kickback Procedures. (MAY 2014), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014), 52.204-07 System for Award Management, 52.204-08 Annual Representations and Certifications, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.204-12 Data Universal Numbering System Number, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). The full text of any referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.202-01 Definitions. (NOV 2013) 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.211-8 Time of Delivery 52.212-3 Offeror Representations and Certifications ¿ Commercial Items 52.212-4 Contract Terms and Conditions ¿ Commercial Items 52.215-6 Place of Performance 52.215-8 Order of Precedence ¿ Uniform Contract Format 52.216-1 Type of Contract 52.219-1 Small Business Program Representation 52.219-06 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons. (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658(Dec 2014) 52.223-6 Drug-Free Workplace 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (MAY 2008) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases. (JUN 2008) 52.225-18 Place of Manufacture. (MAR 2015) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.243-1 Changes - Fixed-Price. (AUG 1987) 52.244-6 Subcontracts for Commercial Items. (FEB 2016) 52.246-2 Inspection of Supplies ¿ Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short-Form) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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 invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date. 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) within 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. (End of Template) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) ************************************************************************************* Performance/compliance delinquencies and communication/management issues will be documented in the official file and may be used as a reference for contract history, regardless of the value of the action. ************************************************************************************* DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer ¿s decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos S-MABO Contracting Officer 33100 Tamiami Trl E Ochopee, FL 34141 Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Office ¿s (GAO ¿s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS Sep 2011 (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR ¿s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor ¿s risk. (End of Clause) Contract Administration Data Mary Stefanos Contracting Specialist National Park Service 33100 Tamiami Trail E Ochopee, FL 34141 Telephone No. (239) 695-1104 Email: Mary_Stefanos@nps.gov ************************************************************************************* 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. Email your completed SF 1449 to Mary_Stefanos@nps.gov ensuring that blocks 17a, 23-24 (pricing for all pages), and blocks 30a, 30b and 30c are filled in. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01781/listing.html)
 
Record
SN04161709-W 20160626/160624234720-f80b120beb3645d681ec73d1871108f6 (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.