SOLICITATION NOTICE
S -- AFICA Utility Services Propane BPA - Performance Work Statement - Package #2
- Notice Date
- 7/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #454310
— Fuel Dealers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- FA4484-17-Q-0014
- Point of Contact
- Amber Molina, Phone: 6097544408, Christine T. Lehtinen, Phone: 6097544713
- E-Mail Address
-
amber.molina@us.af.mil, christine.lehtinen@us.af.mil
(amber.molina@us.af.mil, christine.lehtinen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Questionnaire 15-4195 Rev 2 15 June 17 (Ocean County) 15-4194 Rev 2 13 July 17 (Burlington County) Pricing Schedule Medical Statement Security Forces Appendix Antiterrorism Statement Propane PWS COMBINED SYNOPSIS/SOLICIATION ‘COMBO' Utility Services - Propane This is a combined synopsis/solicitation for the supply and delivery of propane and storage tanks to various locations on Joint Base McGuire-Dix-Lakehurst, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13.105(b), supplemented with additional information included in this notice. This announcement constitutes the solicitation only; quotes are being requested and a written solicitation will not be issued. Solicitation FA4484-17-Q-0014 is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as unrestricted. The North American Industrial Classification System Code is 454310 with a small business size standard of 100 employees. The government intends to issue one fixed-price with economic price adjustment blanket purchase agreement (BPA) for a period of five years beginning 1 December 2017. Request all offerors to submit their prices on the attached spreadsheet. QUOTES DUE DATE: All quotes are due no later than 16 Aug 2017 at 3:00pm EST. Quotes may be emailed to amber.molina@us.af.mil or mailed to 87 Contracting Squadron, ATTN: Ms. Amber Molina, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. ADDENDUM TO Federal Acquisition Regulation (FAR) 52.212-1 Instructions to Offerors - Commercial Items Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." This solicitation is being issued electronically. All quotes are due no later than 16 Aug 2017 at 3:00pm EST and shall be submitted via email to amber.molina@us.af.mil or via FAX to 609 754-4948. If this is not possible, hand carried or mailed responses will be acceptable. Late quotes will not be considered. A. To assure timely and equitable evaluation of the quotes, the offeror must follow the instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: Quotes shall be submitted in two parts: 1. Part I - Price quote with price annotated on the provided pricing sheets; and 2. Part II - Past Performance: Only references from contracts whose performance is relevant to this solicitation are desired. Please submit: (a) Quality and Satisfaction Rating for Contracts Completed in the past five years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for a relevant type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Past Performance Questionnaires: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation by utilizing the responses to the past performance questionnaires. NOTE: Questionnaires must be submitted by the rater. Questionnaires will not be accepted when submitted by the offeror. Recent past performance is identified as relevant past performance performed within the last five years and relevant past performance is defined as successfully supplying and delivering propane to various locations with the accelerated delivery for emergencies. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation and performance work statement (PWS), and government standards and regulations pertaining to the PWS. 2. Basis of Award. Please note that the General Accountability Office has held that offerors are responsible for submitting a well-written offeror with adequately detailed information which clearly demonstrates compliance with the solicitation requirements and allows a meaningful review by the procuring agency.   General Information INFORMATION REGARDING SUBMISSION OF PROPOSAL: Hand carried proposals must be delivered to 2402 Vandenberg Ave, Joint Base McGuire-Dix-Lakehurst, NJ 08641. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that Joint Base McGuire-Dix-Lakehurst NJ has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December   ADDENDUM TO 52.212-2 Evaluation - Commercial Items BASIS FOR CONTRACT AWARD: This is a competitive best value award decision in which competing offerors' past performance history will be evaluated on a basis of past performance being more important than price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Price Evaluation. The government shall rank all offers by price, including any option prices. An offeror's proposed prices will be determined by multiplying the quantities identified by the proposed unit price for each contract line item number (CLIN) to confirm the extended amount for each. Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1), or unaffordable (not within any budgetary information included in the solicitation) may not be considered for award. Performance Confidence Assessment. The contracting officer shall seek recent and relevant performance information on all offerors based on (1) questionnaires; (2) the past efforts provided by the offeror and (3) data independently obtained from other government i.e. Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases; and interviews/questionnaires with Program Managers, Contracting Officers and Fee Determining Officials, and commercial sources and commercial sources. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance confidence assessment. a. Recent past performance is identified as relevant past performance performed within the last five years and relevant past performance is defined as successfully supplying and delivering propane to various locations with the accelerated delivery for emergencies. The purpose of the past performance evaluation is to allow the government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. Offerors with no recent/relevant performance history or if the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably (neutral). b. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. c. If the lowest priced offer is judged to have a "Substantial Confidence" performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. d. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision. e. Offerors are cautioned to submit sufficient information and in the format specified. Offeror's may be asked to clarify certain aspects of their offer (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. Note: In accordance with FAR 52.219-9 Small Business Subcontracting Plan a subcontracting plan shall be required from the successful offeror who is other than small business. LIST OF ATTACHMENTS: • Attachment 1: Pricing Schedule • Attachment 2: Performance Work Statement (PWS) (12 pages) • Attachment 3: Wage Determinations 15-4194 Rev 2 13 July 17 (Burlington County) and 15-4195 Rev 2 15 June 17 (Ocean County) • Attachment 4: Past Performance Questionnaire   APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/ Federal Acquisition Regulation/Defense Federal Acquisition Regulation Supplement and Air Force Federal Acquisition Regulation Supplement: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52-241-2 Order of Precedence - Utilities 52.241-3 Scope and Duration of Contract 52.241-4 Change in Class of Service 52.241-5 Contractor's Facilities 52.241-6 Service Provisions 52.241-8 Change in Rates or Terms and Conditions of Service for Unregulated Services 52.241-11 Multiple Service Locations 52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages - Subcontracting Plan 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222.36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Award will be made (all or none) to one vendor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-17-Q-0014/listing.html)
- Place of Performance
- Address: Joint Base McGuire-Dix-Lakehurst, New Jersey, J, United States
- Record
- SN04601304-W 20170729/170727232841-2ee18784ff43d1b6ed4f10d1c3916d8d (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 |