SOLICITATION NOTICE
91 -- Propane Gas Services
- Notice Date
- 9/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424710
— Petroleum Bulk Stations and Terminals
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- HSCEDM-12-Q-00012
- Archive Date
- 10/3/2012
- Point of Contact
- Lewis Davis, Phone: 2027322578, James D. Adams, Phone: 202-732-2541
- E-Mail Address
-
lewis.davis@ice.dhs.gov, James.D.Adams@ice.dhs.gov
(lewis.davis@ice.dhs.gov, James.D.Adams@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) Subpart 12.6, 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. The solicitation number is HSCEDM-12-Q-00012 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This RFQ is a full and open competition. The associated North American Industry Classification System (NAICS) code is 424710. The small business size standard is 100 employees. CLIN Description Total EstimatedQuantity of LPG 0001 Propane Gas 12,850 LPG 1001 Propane Gas - Option One FY 2013 5,000 LPG 1002 Propane Gas -Option Two FY 2013 5,000 LPG 1003 Propane Gas - Option Three FY 2013 5,000 LPG 2001 Propane Gas - Option Four FY 2014 5,000 LPG 2002 Propane Gas - Option Five FY 2014 5,000 LPG 2003 Propane Gas - Option Six FY 2014 5,000 LPG The Immigration and Customs Enforcement (ICE) is in need of Propane Gas Service at its Krome Service Processing Center location in Miami, Florida. Contractor must be located within 50 miles of location and be able to make delivery within 24 hours upon receipt of order. Due to space limitations at the facility the Contractor shall use a non-semi-tractor trailer for all deliveries. During, emergency operations, the Contractor should be able to deliver fuel within 2 hours upon receipt of order (assuming weather and road conditions allow). The Contractor must provide, set-up and maintain four 1,000 gallon tanks to store propane. The Government does not take ownership of the four 1,000 gallon tanks. The Government also has six, 30 gallon tanks which are used to operate fork lifts at the facility, which would also need fuel service. The estimated delivery of propane is required by every second and fourth week of the month. The Government contemplates award of a Firm Fixed Price Purchase Order with Economic Price Adjustment resulting from this solicitation. If funds are available the Government could increase the quantity for the base period accordingly. All interested vendors must provide pricing in a per unit basis. ICE will conduct a streamlined evaluation of the quotations submitted in response to this request for quotations. ICE reserves the right to award the contract without discussions; therefore, any response to this request should contain your best pricing, terms and conditions. This contract will be awarded to the offeror that demonstrates the aptitude for completing the subject and demonstrates best value to the Government once all criteria and requirements are evaluated. All quotations received will be evaluated based on lowest price technically acceptable. The Contractor must demonstrate their ability to provide the services as defined in the RFQ. Award will be made to the lowest bidder, whose technical capability is acceptable. All Offerors must comply with the following Federal Acquisition Regulation (FAR) provisions which apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors - Commercial (JUN 2008) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors: 1. Technical Capability 2. Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2009) FAR 52.217-5 Evaluation of Options (JUL 1990) All Offerors must comply with the following FAR clauses which apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) FAR 52.212-4 Commercial Terms and Conditions - Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (JUN 2009) FAR 52.216-2 Economic Price Adjustment - Standard Supplies (JAN 1997) FAR 52.217-5 Option to extend the Term of the Contract (MAR 2000) FAR 52.233-2 Service of Protest (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from James D. Adams Jr. 801 I Street NW, 9th Floor, Washington, DC 20536 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Clause) A completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items should be included with your offer. Response Due Date: Final offers are due no later than 3:00 PM, Eastern Standard Time (EST) on September 17, 2012 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management, 801 I Street NW, Room 910-09, Washington, DC 20536. No Solicitation document is available. Electronic submission will be accepted. Quotations may be e-mailed to lewis.davis@ice.dhs.gov Inquiries and/or Questions: Should be submitted via email to lewis.davis@ice.dhs.gov and received no later than 12:00 PM, EST September 13, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-12-Q-00012/listing.html)
- Place of Performance
- Address: Point of Contact to be determined., Krome Service Processing Center, 18201 SW 12th St., Miami, Florida, 33194, United States
- Zip Code: 33194
- Zip Code: 33194
- Record
- SN02877693-W 20120913/120912001546-4e1705be576719aaece5caa528f0d8b9 (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 |