SOLICITATION NOTICE
91 -- Propane
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - OCFO-Western Division of Acquisition2600 N. Central Avenue, Suite 450 Phoenix AZ 85004
- ZIP Code
- 85004
- Solicitation Number
- A12PS02598
- Response Due
- 9/18/2012
- Archive Date
- 9/14/2013
- Point of Contact
- Ricky Mills Contract Specialist 60224145661446 ricky.mills@bia.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
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FAR Parts 12 and 13 are being utilized and any language used must be interpreted with the simplified acquisitions in mind. Additional provisions and clauses may be used when they are utilized in the commercial open market even though these provisions and clauses may be from different parts of the FAR. For example: FAR Parts 12 and 13 provisions and clauses may be tailored by Part 36 (construction), Part 15 (Negotiation), Part 14 (Sealed Bidding), and etc. provisions and clauses when they're used in the open commercial market. QUOTES MUST BE SUBMITTED BY EMAIL (NO SPECIAL FORM IS REQUIRED) TO THE CO ON THE DATE SPECIFIED BELOW (NO OTHER FORM OF SUBMITTAL IS ALLOWED). READ THE ENTIRE DOCUMENT BEFORE YOU EMAIL ANY QUESTIONS TO THE CO (NO PHONE CALLS PLEASE). ONLY RELEVANT QUESTIONS THAT ARE NOT STATED IN THE BODY OF THIS DOCUMENT WILL BE ANSWERED. ALL SUBMITTED QUOTES MUST BE DETAILED ON WHAT YOU ARE BASING YOUR PRICE ON, IN OTHER WORDS, YOU WILL BE NON-RESPONSIVE IF YOU ONLY STATE A PRICE WITHOUT DESCRIBING WHAT AND HOW YOU ARE GOING TO DO THE JOB IS SUFFICIENT DETAIL TO ALLOW THE CO TO DETERMINE WHAT CONTRACTOR CAN PERFORM THE JOB THE BEST (SERVICE QUOTES WILL NEED TO BE MORE DETAILED THAN SUPPLY QUOTES). ALSO, YOU MUST PROVIDE ENOUGH INFORMATION OR ADDRESS EVERY RELEVENT EVALUATION FACTOR TO ALLOW THE CO TO DETERMINE THE BEST VENDOR FOR THE JOB. Solicitation A12PS02598 is being issued as an RFQ. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 05-60. The quote, offer or bid must have or be the following, if applicable: 1.Quotes shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number (always applicable). 2.All applicable taxes and fees (i.e. TERO) must be included in the quote, offer or bid. 3.Milestones - vendors MUST discuss milestones if this synopsis/solicitation is for a service that will require a significant amount of time to accomplish. Milestones will track your progress with any services and will affect your ability to invoice when commercial services are being acquired. If the acquisition is for supplies and the supplies will be for multiple deliveries stretching over a significant amount of time you will also have to state milestones/delivery schedule, unless otherwise noted. 4.Page layout - no more than 10 pages will be accepted, the font size shall not be any smaller than 12, and the page margins shall not be any less than 0.5 on any side. 5.The quote, offer or bid MUST be good for 30 calendar days (besides items, like fuel or other items where prices change rapidly) after close of solicitation. 6.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination (if applicable). Description of the requirements: Line Item #1: Propane - Approx 13,200 gallons (amount will be dependent on price). The location will be highway 225 transfer station road Owyhee Nevada, 89832. There are 4 tanks at this facility with approx. 1,000 gallon capacity each. So, there will need to be at least 3 deliveries (probably more). Please read the other terms and conditions below for the two optional contract methods. Please return two quotes, one for each method. Other terms and conditions: There are two anticipated methods for contracting. (1) The contract officer may create a IDIQ, which would have a minimum purchase of 4,000 gallons and a maximum delivery of 14,000 gallons. After the 4,000 minimum was reached, then the option would be on the government whether additional purchase would be made under the IDIQ. In other words, the government the vendor would negotiate price for the next 10,000 on an individual order basis. Orders would come in the form of delivery orders (see clauses below. (2). The government could choose to purchase up to 14,000 gallons now for a fixed price. Deliveries would come as needed. (3). Deliveries will occur during the day (8 A.M. and 5 P.M.), be signed for by an authorized government employee, occur within 7 days of request, and invoiced according to the terms and conditions located in the purchase order. IDIQs do not establish a price for the entire contract. It establishes a contract for the minimum amount stated. The government is under no obligation to purchase any amount over the minimum. When the government has another need, a IDIQ allows it to go to this one vendor and purchase further supplies, if price can be agreed on, without further advertising or competition. Date(s) and place(s) of delivery and acceptance and FOB point: The location will be highway 225 transfer station road Owyhee Nevada, 89832. The delivery dates would be variable. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following contract clauses will apply to this solicitation and the contract that follows: 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.209-10 Prohibition on Contracting with Inverted Domestic Corps; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American Act- Supplies; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36 Payment by Third Part; 1452.226-70 Indian Preference. 1452.226-71 Indian Preference Program. Options: 52.217-5 -- Evaluation of Options; 52.217-6 -- Option for Increased Quantity; 52.217-8 -- Option to Extend Services. 52.216-18 - Ordering (IDIQ) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 10/01/2012 through 09/30/2013 (possible options may be exercised). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. The Federal Acquisition Regulations clauses and provisions are available on the website at http://farsite.hill.af.mil/VFFARA.HTM. Conflict of Interest (COI): All quotes, proposals, or bids must disclose any conflict of interest with any known person(s) working for the program office (requesting agency) or contracting office that is connected with this procurement, has authority to influence contracting decision, or has any appearance of a potential COI. By responding to this request for quotes (RFQ) the vendor is making an affirmative statement that they can or have the following capabilities: adequate financial resources to perform the contract; able to deliver the items within the specified time limits; have a satisfactory performance record for these items or services; have the necessary organization and experience or the ability to obtain them to successfully perform the proposed purchase order; be otherwise qualified and eligible to receive an award under the applicable laws and regulations. Proof of all these items may be required and the vendor must submit evidence if asked to do so. Determination of responsibility shall always be an evaluation factor. All quotes are due on: 9/18/2012, by 3 P.M. Eastern time and shall be submitted by email (no faxes are allowed) to the contract specialist's email, ricky.mills@bia.gov. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: price, technical capability, and past performance. Acceptance will occur once the vendor acts upon the purchase order, signs the purchase order, or gives written email of acceptance after a purchase order is transmitted. All interested parties MUST be registered in the System for Award Management (SAM). Contractor MUST have a current record in the Online Representations and Certifications Application (ORCA). If you are not registered with SAM, you may register online at http://www.sam.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02598/listing.html)
- Place of Performance
- Address: HIGHWAY 225 TRANSFER STATION ROAD OWYHEE NEVADA, 89832
- Zip Code: 89832
- Zip Code: 89832
- Record
- SN02883780-W 20120916/120915000846-2e772e87bf040307fd8bb987eaf45a4b (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 |