Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SOLICITATION NOTICE

68 -- Liquefied Petroleum (LP) Gas Supply and Delivery in Guam - IDIQ

Notice Date
2/15/2024 7:38:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
 
ZIP Code
96322-1500
 
Solicitation Number
N6824624Q0039
 
Response Due
2/27/2024 8:00:00 PM
 
Archive Date
03/14/2024
 
Point of Contact
Jason Sakazaki, Phone: 6713395527, Cynthia Cruz, Phone: 6713395295
 
E-Mail Address
jason.e.sakazaki.civ@us.navy.mil, cynthia.r.cruz2.civ@us.navy.mil
(jason.e.sakazaki.civ@us.navy.mil, cynthia.r.cruz2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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 N6824624Q0039 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 2024-02. (iv) This requirement is a 100% Small Business Set-Aside and the Small Business Professional and SBA Procurement Center Representative concur with this set-aside determination. The NAICS Code is 424720 � Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals) and the small business size standard is 200 employees. (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 LP Gas to various facilities on U.S. Department of Defense (DoD) installations 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) - Performance Work Statement (PWS) for the description of the requirements. The minimum guarantee for this IDIQ is $1.00. A Delivery Order for the minimum guarantee will be issued with the first award off the Base IDIQ contract. (vii) The base ordering period and option ordering periods are as follows: Base Period: �������������� 01APR24 � 31MAR25 Option Period 1:��������� 01APR25 � 31MAR26 Option Period 2:��������� 01APR26 � 31MAR27 Option Period 3:��������� 01APR27 � 31MAR28 Option Period 4:��������� 01APR28 � 31MAR29 (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) 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 (c) 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--Alternate I 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 52.204-14, Service Contract Reporting Requirements�(Oct 2016)�(Pub. L. 111-117, section 743 of Div. C). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313) 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice of Total Small Business Set-Aside--Alternate I 52.219-8 Utilization of Small Business Concerns (DEVIATION) 52.219-9 Small Business Subcontracting Plan--Alternate II 52.222-35 Equal Opportunity for Veterans--Alternate I 52.222-36 Equal Opportunity for Workers with Disabilities--Alternate I 52.232-30 Installment Payments for Commercial Products and Commercial Services 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222-50 Combating Trafficking in Persons 52.222-62 Paid Sick Leave Under Executive Order 13706 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (xiii) The following additional clauses and provisions also apply to this requirement: Clauses: 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services 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: �$1.00�, para (b) fill-ins as follows, (1) �N/A. The Contractor is obligated to perform all delivery orders for work within the overall NTE amount of the IDIQ�, (2) �N/A. The Contractor is obligated to perform all delivery orders for work within the overall NTE amount of the IDIQ�, and (3) �N/A. The Contractor is obligated to perform all delivery 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 (d) fill-in as follows: �completion of the final order placed during the ordering period.� 52.217-2 Cancellation Under Multi-year Contracts 52.217-6 Option for Increased Quantity 52.217-8 Option to Extend Services - fill-in as follows: �30 days.� 52.217-9, Option to Extend the Term of the Contract - para (a) fill-in as follows: �30 days�; �45 days�, para (c) �5 years�. 52.222-49 Service Contract Labor Standards�Place of Performance Unknown 52.223-10 Waste Reduction Program 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information 52.245-1 Government Property 52.252-4 Alterations in Contract 252.201-7000 Contracting Officer's Representative 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7004 Display of Hotline Posters 252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced 252.204-7003 Control of Government Personnel Work Product 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 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 Services 252.219-7003 Small Business Subcontracting Plan (DoD Contracts)--Basic 252.225-7001 Buy American and Balance of Payments Program--Basic 252.225-7048 Export-Controlled Items 252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations�Representation (Deviation 2024-O0006) 252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-O0006) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7999 Section 3610 Reimbursement (Deviation 2020-O0021) 252.246-7003 Notification of Potential Safety Issues Provisions: 52.204-16 Commercial and Government Entity Code Reporting 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-7 System for Award Management 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services 52.212-2 Evaluation�Commercial Products and Commercial Services 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services 52.217-4 Evaluation of Options Exercised at Time of Contract Award 52.209-7 Information Regarding Responsibility Matters 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.222-25 Affirmative Action Compliance 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.217-5 Evaluation of Options 52.233-2 Service of Protest 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 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7024 Notice on the use of the Supplier Performance Risk System 252.215-7007 Notice of Intent to Resolicit 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation Wage Determination: Service Contract Act WD # 2015-5693 Rev 20 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 date and time in Contract Opportunities. See Attachment (b) 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/d56849884b5541f791b18a24767d2218/view)
 
Place of Performance
Address: Santa Rita, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN06968025-F 20240217/240215230057 (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.