Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2003 FBO #0740
SOLICITATION NOTICE

91 -- Liquid Propane (LP) Gas

Notice Date
12/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F5CEOQ33030200
 
Response Due
12/22/2003
 
Archive Date
1/6/2004
 
Point of Contact
Isaac Warren, Contract Specialist, Phone 850-283-8651, Fax 850-283-1033, - Brian Stricker, Contract Specialist, Phone 850-283-1198, Fax 850-283-1033,
 
E-Mail Address
isaac.warren@tyndall.af.mil, brian.stricker@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number for this agreement is F5CEOQ33090200 and is issued as a Request for Quotation. The Government intends to award one or more Firm-Fixed Price Blanket Purchase Agreements (BPA(s)) to offerors who can provide delivery of Liquid Propane Gas to various buildings on Tyndall Air Force Base located in Panama City Florida. The delivery of Liquid Propane Gas will be accomplished in accordance with Statement of Work. 1.1. SCOPE OF WORK: The work covered by these provisions consist of furnishing all labor, equipment, materials, and performing all operations necessary to provide and deliver liquid propane (LP) gas to various locations on Tyndall AFB Florida in accordance with this Statement of Work (SOW). 1.2. PERIOD OF PERFORMANCE: One base year with 5 options. 1.2.1. HOURS OF WORK: All deliveries shall take place during normal duty hours between 7:00 AM to 3:30 PM, Monday through Friday, excluding Federal Holidays. 1.3. LOCATIONS: The locations of facilities to be serviced are provided in section 2, and are located throughout Tyndall AFB. 1.4. ORDERING PROCEDURES. 1.4.1. Authorized Callers. Only designated Quality Assurance Personnel (QA), primary and alternates or any Contracting Officer assigned to 325th Contracting Squadron/LGCA may place orders against this contract. The Contracting Officer shall designate in writing, QA personnel authorized to place calls against this contract. 1.4.2. Orders may be placed orally or written. 1.4.3. Each order will be assigned an order number. 1.5. DELIVERY RESPONSE: All deliveries shall be made within 24 hours or 1 day from date and time of delivery notification/request. 1.6. INSPECTION AND CONDITION: Contractor shall immediately report to QA any noted non-functional components, leaks, suspected leaks, breaks, safety concerns, etc. of any component of the tanks, regulators or supporting structures. 1.7. INVOICES: Contractor shall submit an invoice to the QA for all deliveries. Each invoice will be verified and signed by the QA. Payment is based on the amount of fuel delivered not on the number of tanks filled. Each invoice must contain the following information: Name and address of the Contractor, Invoice date and number, Contract number, contract line item number and the order number, Description, quantity, unit of measure, unit price and extended price of the items delivered, Name of individual who placed the call, Date of delivery and building number(s), Terms of any discount for prompt payment offered, Name, title, and phone number of person to notify in event of defective invoice. BLDG 15, 520 gal tank; bldg 21, 12,000 gal tank; bldg 120, 500 gal tank; bldg 214, 30 gal tank; bldg 1355, 2 ea 250 gal tank; bldg 1356, 2 ea 250 gal tank; bldg 6014, 250 gal tank; bldg 6016, 250 gal tank; bldg 6030, 500 gal tank; bldg 7026, 1000 gal tank; bldg 7028, 1000 gal tank; bldg 8522, 2 EA 500 gal tank; bldg 9310, 2 ea1000 gal tank; bldg 9456, 2 ea 1000 gal tank; bldg 9461, 250 gal tank; bldg 9476, 2 ea 500 gal tank; bldg 9490, 2 ea 500 gal tank; bldg 9706, 1000 gal tank; bldg 9725, 2 ea 1000 gal tank; bldg 9738, 1 ea 1000 gal tank. The contractor shall submit their proposed price list for the tiers of service offered. The price list will be deemed in effective for a period of one year, based on the issuance of the BPA. If at any time during the period of performance there is a price change, or a new item added, a new price list must be submitted, and there will be at least a 14 day calendar day grace period. The following publications are considered mandatory Air Force Instructions (AFI): AFI 91-301, AFI 91-302. All commercial OHSA standards must be adhered too. The solicitation is set- aside for Small Business. The North American Industry Classification System is 424720. FOB POINT: Destination. All offerors must be CENTRAL CONTRACTOR REGISTERED (CCR). http://www.ccr.gov/index.cfm or 1-888-227-2423. Items that applies to this acquisition. Provision at FAR 52.212-1, Instruction to Offerors Commercial Evaluation. Award will be conducted in accordance with FAR 52.212-2, Evaluation-Commercial Items; Offerors shall include a complete copy of FAR 52.212-3. Offeror Representation and Certifications with their offer. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation at http://farsite.hill.af.mil/. The following FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.222-41 Service Contract Act of 1965 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program. RESPONSE TIME: Request for Quotation will be accepted at the 325 Contracting Squadron located at 501 Illinois Ave. Suite 5, Tyndall AFB FL 32403, no later than 2:00 P.M. EST on 22 DEC 03. All proposals shall be marked with the RFQ number and the date and time for receipt. Facsimile and Email offers will be accepted. Contracting Officer: Brian Stricker. The point of contact for this solicitation is Isaac K. Warren, 850-283-8651, 850-283-1033 (fax), isaac.warren@tyndall.af.mil.
 
Place of Performance
Address: 501 Illinois Ave. Suite 5 bldg 647, Tyndall AFB, FL
Zip Code: 32403
Country: U.S.A.
 
Record
SN00481921-W 20031207/031205211912 (fbodaily.com)
 
Source
FedBizOpps.gov 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.