MODIFICATION
91 -- Burns Miller Homestead ESR Fuel Supply
- Notice Date
- 10/30/2012
- Notice Type
- Modification/Amendment
- NAICS
- 424720
— Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
- Contracting Office
- BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00011
- Response Due
- 10/31/2012
- Archive Date
- 11/30/2012
- Point of Contact
- Richard P. Dandasan
- E-Mail Address
-
Richard Dandasan
(rdandasa@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment is hereby issued to incorporate the following changes in Combined/Synopsis Solicitation L13PS00011 as follows: The requirement for a firm fixed price commercial contract is amended to firm fixed price with economic price adjustment commercial contract for: Item 10, 12,000 gallons, Bulk Diesel, Ultra Low Sulfur Diesel Fuel, non-dyed, free of water and debris. Item 20, 2,500 gallons Bulk Gasoline, gasoline rated 87 octane or better, free of water and debris. The clause 52.216-2, Economic Price Adjustment Standard Supplies and any addenda applies to this acquisition. Submission of quote has been extended to 10/31/2012, at 4:00 pm, LT. All other terms and conditions remain unchanged. For questions, please contact Richard Dandasan, Contract Specialist at 503-808-6220 or e-mail at rdandasa@blm.gov. All written questions shall be reference the solicitation number in the subject line so that they may be promptly answered. Please be mindful that this RFQ has a very quick turn-around time, so be cognizant of the date provided for submission. 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. Quotations are being request and written solicitation will not be issued. Solicitation L13PS00011 is issued as Request for Quotation (RFQ) and incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-61. All Responsible sources may submit a quote which will be considered. This procurement is a SMALL BUSINESS SET ASIDE. The NAICS code is 424720 and the small business size standard 100 employees. The Bureau of Land Management (BLM), Oregon State Office has a requirement for a firm fixed price commercial items supply contract for: Item 10, 12,000 gallons, Bulk Diesel, Ultra Low Sulfur Diesel Fuel, non-dyed, free of water and debris. Item 20, 2,500 gallons Bulk Gasoline, gasoline rated 87 octane or better, free of water and debris. The Government estimates 12,000 gallons of diesel fuel and 2,500 gallons of gasoline to be used over the life of the contract. Diesel fuel is estimated to be used at a rate of 250 gallons per day, and gasoline is estimated to be used at 50 gallons per day. The following description of requirement applies to this acquisition: the contractor shall plan fuel delivery schedule accordingly. Contractor shall provide bulk fuel to Frenchglen, Oregon in the types and quantities specified below. One bulk diesel tank (approximately 1,000 gallons) and one bulk gasoline tank (approximately 800 gallons) exist at the site. Bulk tanks are to be topped off to full capacity twice weekly for an estimated period of 10 weeks. Fueling: the contractor shall dispense fuel into the appropriate tanks until tank level reaches rated capacity. Contractor equipment shall be clean and free from leaks. Smoking is not permitted while fuel dispensing operations are being performed. Hazardous Materials: In the event of fuel spillage, the contractor shall promptly notify the COR. Cleanup efforts resulting from fuel spills due to the fault of the contractor shall be performed in accordance with the BLM hazardous materials officer. Payment: Measurement for payment shall be per gallon of gasoline or diesel dispensed into bulk tanks. No separate payment will be made for fuel delivery to and from the bulk fuel site. The provision Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). 'Payment request' means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contract (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation(End of provision). Frenchglen Guard Station Vicinity Map and Site Map is posted on www.fedconnect.net. Delivery will Start on November 1, 2012, FOB Destination. Fuel shall be delivered to Frenchglen Fire Guard Station, 39277 Hwy 205, Frenchglen, Oregon 97736, delivery shall occur twice weekly between the hours of 8:00 AM and 5:00 PM, weekdays, excluding federal holidays. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and any addenda to the provision. The provision at 52.212-2, Evaluation--Commercial Items, applies in this acquisition; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and any addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and any addenda regarding the clause. The clause 52.232-18, Availability of Funds, applies to this acquisition. The following clauses and any addenda hereto applies to this acquisition: 52.246-1 - Contractor Inspection Requirement, 52.246-16 - Responsibility for Supplies, 52.242-15 - Stop Work Order, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, suspended, or proposed for debarment, 52.204-7 - Central Contractor Registration, 52.211-17 - Deliveries of Excess Quantities, 52.244-6 - Subcontracts for Commercial Items, 52.247-34 - F.O.B. Destination, 52.232-99 - Providing Accelerated Payment To Small Business Subcontractors (DEVIATION 2012-00014), The clause 52.252-6 - AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of the Interior Acquisition Regulation (48 CFR Chapter 14) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation (End of Clause). Quotations shall include: 1) Unit price per item and Total Amount. 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. Quotations shall be submitted to the Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 4:00 p.m. PT on or before 10/30/2012. Quotes shall be accepted by fax at 503-808-6312 or by e-mail at rdandasa@blm.gov. For questions, please contact Richard Dandasan, Contract Specialist at 503-808-6220 or e-mail at rdandasa@blm.gov. All written questions shall be reference the solicitation number in the subject line so that they may be promptly answered. Please be mindful that this RFQ has a very quick turn-around time, so be cognizant of the date provided for submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L13PS00011/listing.html)
- Record
- SN02921124-W 20121101/121030233745-1a98ce2f584eeb8fdddd0cea9b68d5fc (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 |