Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2023 SAM #8043
SOLICITATION NOTICE

V -- Fuel Hauling Services Guam

Notice Date
12/3/2023 4:00:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
 
ZIP Code
96322-1500
 
Solicitation Number
N6824624Q0002
 
Response Due
12/5/2023 11:00:00 PM
 
Archive Date
12/21/2023
 
Point of Contact
Andrew James Cortez, Phone: 6713397164, Jason Sakazaki, Phone: 671-339-5526
 
E-Mail Address
andrewjames.c.cortez.civ@us.navy.mil, jason.e.sakazaki.civ@us.navy.mil
(andrewjames.c.cortez.civ@us.navy.mil, jason.e.sakazaki.civ@us.navy.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Amendment 0001 - The purpose of this amendment is to include the attachment Q and A. Amendment 0002 - The purpose of this amendment is to extend the due date and time of offers. ***All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.*** (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 using Simplified Acquisition Procedures under the Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is N6824624Q0002 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. (iv) This requirement is a 100% HUBZone Small Business Set-Aside. The NAICS Code is 484220 - Specialized Freight (except Used Goods) Trucking, Local and small business size standard is $34.0 million. The small business office concurs with this decision. (v) See Attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (vi) The Government requires a pre-priced single award Indefinite Delivery Indefinite Quantity (IDIQ) type contract to provide Fuel Hauling Services Various Locations & Remote Sites on Guam. The awardee�s total quoted price will be used to establish the not-to-exceed (NTE) amount of the IDIQ. See Attachment (1) PWS - Fuel Hauling for the description of requirements. The minimum guarantee for this IDIQ is $2,000.00. A Task Order for the minimum guarantee will be issued concurrently with the award of the basic contract. The IDIQ will consist of a single five-year ordering period. (vii) The ordering period will be for a total of five years from the date of award of the base IDIQ(s). (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) Addendum to 52.212-1 for additional instructions. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (x) Do NOT submit a completed copy of Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. Quoters must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ �(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. �(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-3, Notice of HUBZone Set-Aside 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of�Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-35, 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 52.222-54, Employment Eligibility Verification 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3 Privacy Training 52.225-26 Restrictions on Certain Foreign Purchases� 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards� 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and�Option�Contracts) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 (xiii) The following additional clauses and provisions also apply to this requirement: Clauses: 52.203-3 Gratuities 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 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-7 Information Regarding Responsibility Matters 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.216-18, Ordering � para (a) fill-in as follows:� ��date of award of the base IDIQ through the last day of the ordering period.� 52.216-19, Order Limitations� para (a) fill-in as follows: �$2,000.00�, para (b) fill-ins as follows, (1) �N/A. The Contractor is obligated to perform all task orders for work within the overall NTE amount of the IDIQ�, (2) �N/A. N/A. The Contractor is obligated to perform all task orders for work within the overall NTE amount of the IDIQ�, and (3) �N/A. The Contractor is obligated to perform all task orders for work within the overall NTE amount of the IDIQ�, and para (d) fill-in as follows, �N/A� 52.216-22, Indefinite Quantity � para (f) fill-in as follows: �completion of the final order placed during the ordering period.� 52.216-32, Task-Order and Delivery-Order Ombudsman 52.228-5, Insurance-Work on a Government 52.232-37�Multiple Payment Arrangements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004, Antiterrorism Awareness Training for Contractors 252.204-7008, Compliance with Safeguarding Covered Defense Information Control �252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020, NIST SP 800-171 DoD Assessment Requirement 252.204-7022, Expediting Contract Closeout 252.205-7000, Provision of Information to Cooperative Agreement Holder 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 252.225�7056 Prohibition Regarding Business Operations with the Maduro Regime 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 252.243-7002, Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea Provisions: 52.219-1 Small Business Program Representations 252.204-7016, Covered Defense Telecommunications Equipment or Services - Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation 252.225�7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region � Certification Wage Determination: Service Contract Act WD # 2015-5693 Rev 19 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. �(xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. �(xv) The date and time all quotations must be received in order to be considered for award is the response the response date and time in Contract Opportunities. See Attachment (c) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09a2733e68ab42a0b29976f7bafe9e99/view)
 
Place of Performance
Address: Santa Rita, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN06900898-F 20231205/231203230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.