DOCUMENT
91 -- Fuel Delivery Fort Sam Houston National Cemetery - Attachment
- Notice Date
- 2/6/2018
- Notice Type
- Attachment
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- National Cemetery Administration;75 Barrett Heights Road;Ste 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q0163
- Response Due
- 2/27/2018
- Archive Date
- 4/28/2018
- Point of Contact
- Geraldine Herrera
- E-Mail Address
-
ine.herrera@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- . COMBINED SYNOPSIS GENERAL INFORMATION Document Type: PRE-SOLICITATION Solicitation Number: RFQ Posted Date: 02-07-2018 Original Response Date: 02-27-2018 Current Response Date: 02-27-2018 Classification Code: 99 Set Aside: 100% Service Disabled Veteran Owned Small Business NAICS Code: 324110 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs National Cemetery Administration 155 Van Gordon Street Lakewood, CO 80228 DESCRIPTION This RFQ notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Your responses will be due Tuesday, February 27, 2018, 2:00pm (MST) to the point of contact listed below. All information submitted in response to this pre-solicitation is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided by the government. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Fort Sam Houston National Cemetery anticipate a contract for Diesel Fuel w/red dye; Unleaded Fuel for a Base Contract + 2 Year Option Periods. This Pre-Solicitation is for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 324110 with a business size standard of 1,500 employees. The National Cemetery Administration is seeking quotes from 100% Service Disabled Veteran Owned Small Business (SDVOSB) that are qualified to deliver diesel/unleaded fuel for daily operations for Base year w/2 Option periods at Fort Sam Houston National Cemetery. Base Year: October 1, 2017 or Date of award through September 30, 2018 CLIN No. Description: Custodial Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 Diesel Fuel 7,600 Gallons $_________ $___________ 0002 Gasoline Unleaded Fuel 1,400 Gallons $_________ $___________ Total Estimated Cost: $___________ Option Period 1: October 1, 2018 through September 30, 2019 CLIN No. Description: Custodial Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 1001 Diesel Fuel 7,600 Gallons $_________ $___________ 1002 Gasoline Unleaded Fuel 1,400 Gallons $_________ $___________ Total Estimated Cost: $___________ Option Period 2: October 1, 2019 through September 30, 2020 CLIN No. Description: Custodial Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 2001 Diesel Fuel 7,600 Gallons $_________ $___________ 2002 Gasoline Unleaded Fuel 1,400 Gallons $_________ $___________ Total Estimated Cost: $___________ Performance Objective Scope of Work Para Performance Threshold Services. Performs all fuel delivery services set forth in the scope of work. 1. Description of Services All required services are performed and no more than three (3) customer complaints are received per month. Description of Services: The Contractor shall provide and deliver fuel to Fort Sam Houston National Cemetery. The contract type will be a fixed price with economic price adjustment indefinite quantity/indefinite delivery under which may be placed firm fixed-price delivery orders. The price listed below shall include all labor, materials, insurance (see FAR 52.228-4 and 52.228-5), overhead, profit, and transportation necessary to supply and deliver diesel and unleaded fuel of standard grade to the cemetery. In consideration of satisfactory performance of all scheduled services required under this contract, the Contractor shall be paid a firm fixed-price for each delivery. The Contractor shall be compensated monthly upon receipt of a proper invoice for all deliveries made under delivery orders during the month. The minimum life of the contract is planned for one base period with up to two (2) one- year options individually exercised at the VA s discretion and dependent on the availability of funds. For each year of the contract, the US Government guarantees a minimum order of 4,000 gallons of fuel (unleaded and diesel combined). The maximum amount of fuel ordered under each year of the contract shall not exceed 12,000 gallons. The fuel provided will be unleaded and diesel (red dye) of standard grade. For supply and delivery of the fuel, the contractor shall be paid the fixed price per unit as listed above. This price is not to exceed any official rate, as set by laws enacted by the US Government. The Diesel Fuel must be: Dye Ultra Low Sulfur Diesel (DULSD) to forgo local and federal taxation. Contractor will ensure their equipment has the capability to couple with a D1 nozzle; contractor coupling will be a male 2 ½-3 inch cam lock to ensure seal and transfer connection. Safety and Environmental: The contractor shall be responsible for furnishing all materials, labor, and equipment necessary to meet safety regulations related to refueling operations of this nature. Customer will coordinate with host site for approval to conduct refuel operations. Customer will provide spill containment during refuel operations at each location. Contractor will provide Hazardous Waste Operations and Emergency Response for spill clean-up support in the event of an incident during refuel operations. Delivery: The contractor shall deliver fuel to the Maintenance Yard at Fort Sam Houston National Cemetery in the two respective 500 gallon above ground containers. Delivery must be made between the hours of 8:30 a.m. to 3:30 p.m. Monday through Thursday and from 8:30 a.m. to 2:00 p.m. on Friday, as requested for each specific delivery order. The contractor shall promptly deliver the fuel by tanker truck on the date and time that are specified on delivery orders issued under the contract. Delivery vehicle cannot exceed 12 foot 6 inches in overall height due to the bridge located on the facility. Any contractor personnel involved with the delivery of the fuel shall comply with VA and NCA regulations for receiving supplies. The Contracting Officer's Representative (COR) will be responsible for instructing contractor personnel at the time deliveries are made. The driver of the tanker truck must submit an invoice to the COR for approval at the time any delivery is made. Price Adjustment: The unit price per gallons of fuel may be adjusted based on increases or decreases in the official price of fuel, mandated by the US Government. Reference 16.203-1 Description: A fixed-price contract with economic price adjustment provides for upward and downward revision of the stated contract price upon the occurrence of specified contingencies. Economic price adjustments are of three general types: Adjustments based on established prices. These price adjustments are based on increases or decreases from an agreed-upon level in published or otherwise established prices of specific items or the contract end items. Adjustments based on actual costs of labor or material. These price adjustments are based on increases or decreases in specified costs of labor or material that the contractor actually experiences during contract performance. Adjustments based on cost indexes of labor or material. These price adjustments are based on increases or decreases in labor or material cost standards or indexes that are specifically identified in the contract. The contracting officer may use a fixed-price contract with economic price adjustment in conjunction with an award-fee incentive (see 16.404) and performance or delivery incentives (see 16.402-2 and 16.402-3) when the award fee or incentive is based solely on factors other than cost. The contract type remains fixed-price with economic price adjustment when used with these incentives. To request an adjustment in price, the Contractor must provide written notification of the price change to the Contracting Officer at least one week before the new price is to be effective. This notification must be accompanied by a copy of the official announcement of the price change, showing the new price and its effective date. The officer or general partner of the Contractor having overall responsibility for the Contractor's affairs shall certify the submission by written signature. The U.S. Government will make no adjustment to the contract price that relates to any wages, overhead, fixed costs, general and administrative expenses, materials, or profit. Only the amount which is a direct result of an increase or decrease in the price of oil to be delivered under this contract shall be considered by the U.S. Government as the basis for contract price adjustments. The Contractor may not request an adjustment under this clause after final payment has been made under this contract. This clause shall only apply to laws enacted by the US Government which meet the criteria set forth above. The U.S. Government will make no adjustments in contract price due to currency devaluations or fluctuations in exchange rates. Notifications. Any resultant price changes shall be provided via notification through contract modifications and/or postings on to the US Department of Energy web page at https://www.eia.gov/petroleum/gasdiesel under the top picks Gasoline and Diesel Fuel Update and then Product Price Adjustments in accordance with the following: (i) The effective date of the price change notification will be the date of the latest posting issued on or prior to the date of delivery. (ii) DECREASES. If the Contractor fails to notify the Contracting Officer of any decrease in the established catalog price within the allotted 15-day period, such decrease shall apply to deliveries made on or after the effective date of such decrease. However, if any overpayment is made to the Contractor as a result of the Contractor s failure to give timely notice to the Contracting Officer of any decrease in the established catalog price, the Contractor shall be charged interest on such overpayment from the date of the overpayment to the date of reimbursement by the Contractor for the overpayment in accordance with paragraph (d), Disputes, of the CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS clause of this contract. (iii) INCREASES. Any increase in unit price as a result of an increase in the established catalog price shall apply to all deliveries made on or after the effective date of the price change issued by the Contracting Officer. However, no notification incorporating an increase in a contract unit price shall be executed pursuant to this contract provision until the increase has been verified by the Contracting Officer. Quality Assurance and Surveillance Plan (QASP): This plan provides an effective method to promote satisfactory contractor performance. The QASP provides a method for the Contracting Officer's Representative (COR) to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to monitor quality to ensure that contract standards are achieved. Location: Fort Sam Houston National Cemetery, 1520 Harry Wurzbach Rd, San Antonio, TX 78709. ITEMS TO BE DELIVERED TO THE FOLLOWING ADDRESS: Fort Sam Houston National Cemetery Attention: Joe Martinez, Joe.Martinez@va.gov - 210-820-3891 1520 Harry Wurzbach Rd San Antonio, TX 78209 When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors. Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the item offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed products meet the Government requirement instead of predetermined sub factors. Solicitations for commercial items do not have to contain sub factors for technical capability when the solicitation adequately describes the item s intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in 13.106 or Subpart 15.3, as applicable. The contracting officer shall ensure the instructions provided in the provision at 52.212-1, Instructions to Offerors Commercial Items, and the evaluation criteria provided in the provision at 52.212-2, Evaluation Commercial Items, are in agreement. Select the offer that is most advantageous to the Government based on the factors contained in the solicitation. Fully document the rationale for selection of the successful offeror including discussion of any trade-offs considered The full text of FAR provisions or clauses may be accessed electronically at www.http://acquisition.gov/comp/far/index.html The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.\ The Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (September, 2013) The following clauses are included as addenda to FAR 52.212-4: FAR 52.216-2 (1) Generally, use the clauses at FAR 52.216-2, Economic Price Adjustment--Standard Supplies, FAR 52.216-3, Economic Price Adjustment--Semistandard Supplies, and FAR 52.216-4, Economic Price Adjustment--Labor and Material, only when (i) The total contract price exceeds the simplified acquisition threshold; and (ii) Delivery or performance will not be completed within 6 months after contract award. FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System For Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2014) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) FAR Clause 16.203, Fixed Price Contract with Economic Price Adjustment 52.216-2, Economic Price Adjustment (EPA) Clause. All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) if preferred or an email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside for products/services as defined herein. The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to Purchasing Agent: Geraldine J Herrera, Continental District, 155 Van Gordon St, Lakewood, CO 80228. Geraldine.Herrera@va.gov NLT February 27, 2018, at 2:00PM (MST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212- 1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; Geraldine.Herrera@va.gov to the Purchasing Agent, (303-914-5703).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0163/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0163 36C78618Q0163.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4067463&FileName=36C78618Q0163-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4067463&FileName=36C78618Q0163-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0163 36C78618Q0163.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4067463&FileName=36C78618Q0163-000.docx)
- Record
- SN04811845-W 20180208/180206231342-b91c387e8c18e280b2d8470fa47e77f3 (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 |