Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2012 FBO #3814
SOLICITATION NOTICE

91 -- Supply and deliver fog seal oil

Notice Date
5/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - ROMO - Rocky Mountain National Park 1000 Hwy 36 Estes Park CO 80517
 
ZIP Code
80517
 
Solicitation Number
P12PS22575
 
Response Due
5/17/2012
 
Archive Date
5/2/2013
 
Point of Contact
Kris O'Neil Contract Specialist 9705861236 Kris_O'Neil@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Type: Combined Synopsis/Solicitation P12PS22575Supply and Deliver Fog Seal Oil (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotes are being requested and a written solicitation will not be issued. (2) This solicitation is issued as a Request for Proposal (RFP). Proposals may be mailed to Kris O'Neil, Contracting Officer, Rocky Mountain National Park, 1000 Hwy 36, Estes Park, CO 80517 (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (4) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 324121. The small business size standard is 500 employees. (5) This combined synopsis/solicitation is for the following commercial item: Supply and deliver 26,400 gallons of FastSet fog seal oil (6) Description of requirement is as follows: This combined synopsis/solicitation contains a requirement for a Brand name product, FastSet fog seal oil. Proposals may offer a substitute product as long as the product meets the salient characteristics of: (1) product must be a commercial fog seal oil appropriate for application in the location and weather conditions of Rocky Mountain National Park and (2) the time for the product to set up must be equal to or exceed that of the Brand name specified as follows: Expected return-to-traffic times: 15 - 25 minutes, the temperature range will be 75 - 105 degrees F 25 - 35 minutes, Temp. range of 49 - 74 degrees F The Park will call the contractor a week before delivery to confirm and arrange delivery. Once the project is started, the Park will call the vendor by 2 pm the day beforehand to order quantities and schedule the time for delivery for the next workday. Multiple individual deliveries of the product shall be delivered in an insulated 6000 gallon or greater capacity tank with the oil temperature between 120 -150 degrees Fahrenheit. The Park will order at least one tanker per day and occasionally two or more. Oil that is delivered but does not meet the temperature requirements stated above will not be accepted. Due to inclement weather and sudden weather changes and the fact that the Park has limited storage capabilities it is possible that the Park will be returning oil back to the vendor during these conditions. Weigh tickets shall be supplied with each load of oil and the trucking company shall supply documentation for the number of gallons hauled. (7) Place of Performance: Fog seal oil to be delivered to the west unit maintenance area, 1 mile inside Rocky Mountain National Park's west entrance on Hwy 34. A map of Rocky Mt. National Park and the Grand Lake Entrance Station is available at the following URL: www.nps.gov/romo (8) Period of Performance: Deliveries will begin July 16th, 2012 and continue through July 30, 2012. No weekend deliveries. Deliveries to be completed Monday - Friday, between 6:30 am - 5 pm. (9) Provision FAR 52.212.-1, Instructions to Offerors - Commercial Items (Feb 2012) applies to this acquisition. Proposal: Solicitation: P12PS22575Due: 4 pm MST, Thursday, May 17, 2012Submit to: E-mail: Kris_Oneil@nps.gov or Fax (970) 586-1257; or mail to Kris O'Neil, Rocky Mountain National Park, 1000 Hwy 36, Estes Park, CO 80517. Date:______________________________Contractor:______________________________Address:______________________________DUNS Number:______________________________Contact Name:______________________________Phone:______________________________Fax:______________________________E-Mail:______________________________ 1. Price Schedule: Line 001: 26,400 gl FastSet fog seal oil x unit price ________________ = total price_______________ NOTE: The government reserves the right to reduce the number of gallons to be delivered under any contract resulting from this solicitation in an amount not to exceed 15% with no change in the unit price. Unit price shall include 2 hours of demurrage for each day that oil is delivered. The government will only pay for actual number of gallons delivered. Line 002: Demurrage cost. This line will only be awarded if demurrage over 2 hours per day occurs. The quantity of 8 hours is an estimate only. If contractor will not be charging for demurrage, they are encouraged to state that in their proposal. 8 hours x hourly rate_____________________ = total _____________________ Line 003: Price for any oil that may returned due to inclement weather or lack of storage facilities, if applicable. Proposals must state if there will be any charge associated with returned oil as described in (6) above, and how that cost will be determined. If the contractor will not charge for this line item, this shall be stated in the proposal. If no price is listed in the proposal for this line item, the Government will determine there is no cost for returned oil due to inclement weather or lack of storage facilities. (The government will not pay for oil refused at the job site due to not meeting temperature requirements as stated in (6) above.) 2. Technical Proposal - no more than 3 pages - describing how the contractor will meet the requirements listed in (6) above. Technical proposal must identify the location and name of the manufacturer of the oil in addition to the following items : "identify the type of equipment proposed to deliver the oil, "how the required oil temperature will be maintained to meet the specifications requirements"where the oil will be delivered from each morning"how the short time frames for delivering or not delivering, depending on weather, will be met. "Prior experience in supplying and delivering this product, or a similar product, under similar conditions. Include a maximum of 3 projects completed within the past 5 years that best address the experience of the prime contractor on projects of a similar size and scope in terms of gallons delivered within a similar time frame; and in a similar working environment - semi-remote location, subject to sudden weather changes, short time frames for deliveres, and returns due to inclement weather or lack of storage on site. 3. Past Performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Offerors are instructed to provide a list of 3 references for past contracts/ projects similar in nature to the proposed project that have been completed within the past 5 years. Please note the following for each contract/project: 1. Project title2. Project owner (client)3. Project cost4. Project completion date5. Project location6. Reference name, title and phone number7. Project scope, brief description General Notes: If no line item exists for a portion of the work, include the price in a related line item.In case of error in extension of prices, unit price governs.In case of error in summation, the total of the corrected amounts govern. FAR clauses may be found online at: www.acquisition.gov/far (10) FAR 52.212-2, Evaluation - Commercial items (Jan 1999) applies to this solicitation. Paragraph (a) is completed as follows: The Government will use the tradeoff process, as defined in Part 13 of the Federal Acquisition Regulations, for evaluation of proposals and contract award. Proposals will be evaluated based upon both price and the non-price factors noted below. All evaluation factors other than price, when combined, are approximately equal in importance as price. The Government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. Each of the non-price factors is approximately equal in importance. Non-Price Factors: 1. Product must meet specifications - Proposal must include documentation of where the product is manufactured and a specification sheet to verify correct product. 2. Technical approach to delivering the product.. The proposal shall describe how the oil will be delivered in a manner to meet the requirements of this solicitation. 3. Prior experience in supplying and delivering the same or a similar product. Prior experience is differentiated from past performance in that this is factual, documented, information about specific work the offeror has performed which demonstrates the offeror's ability to accomplish the work. 4. Past Performance. The Government will evaluate offerors' past performance based on contacting references provided by the contractor; the Government's own knowledge of offerors' past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval Systems (PPIRS), Contractor performance Assessment Reporting System (CPARS), Federal, State or local governmental agencies; and private sector businesses. Price Evaluation: A price evaluation/analysis will be performed to determine if proposed prices are fair, reasonable, and realistic. (11) Provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2012) applies to this acquisition. All offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications.) (12) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial items (Feb 2012) applies to this acquisition. (13) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Mar 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-2, 52.225-13, 52.232-33. Additional Clauses included: 52.211-17 (Sept 1989), Delivery of Excess Quantities DIAPR 2010-18 (May 2010), Authorities and Delegations Notice to Contractors (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;(2) Waive or agree to modification of the delivery schedule;(3) Make any final decision on any contract matter subject to the Disputes Clause;(4) Terminate, for any reason, the Contractor's right to proceed;(5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provision of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. DIAPR 2010-14 (October 2010) Contractor Performance Assessment Reporting System (a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (14) The Government intends to award a firm fixed-price order resulting from this solicitation. Contracting Office Address: Rocky Mountain National Park 1000 Hwy 36Estes Park, Co 80517
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22575/listing.html)
 
Place of Performance
Address: Grand Lake, Colorado
Zip Code: 80517
 
Record
SN02736729-W 20120504/120502234904-f7a13edee394ea7343852078d48f23d7 (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 |
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.