Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

68 -- Purchase and supply of bulk Liquid Petroleum Gas for delivery to multiple military base facility locations on Oahu, Hawaii.

Notice Date
6/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060413T3077
 
Response Due
7/12/2013
 
Archive Date
7/27/2013
 
Point of Contact
Thomas McLain 808-473-7582 Elaine Carmody 808-473-7531
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center, Pearl Harbor intends to solicit on an unrestricted full and open basis to qualified sources located in Oahu Hawaii for the purchase and supply of liquid petroleum gas (LPG) to include regular, high level, and HD-5 grade. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N00064-13-T-3077. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130522. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: (https://www.acquisition.gov/far/) and (http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html). The NAICS code is 324110 and the Small Business Standard is 1500 employees. This is a competitive, unrestricted action. The NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing up to an estimated 426,500 gallons of LPG per year which will be issued on delivery orders placed against a requirements type contract with a one year base period and two one year option periods. The CLIN structure of the contract will consist of a subCLIN for Bulk LPG and a subCLIN for monthly rental of contractor owned storage tanks. LPG is delivered to customer commands in 54 LPG storage tanks, 9 of which are government owned. The period of performance for the base year is 1 Oct 2013 “ 30 Sep 2014; Delivery locations are at various military base facilities on the Island of Oahu, Hawaii. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the lowest price technically acceptable quote (LPTA) - a combination of lowest price and technical acceptability which includes favorable performance ratings queried from the Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. Where PPIRS performance rating is not known, the rating will be considered acceptable. The contracting officer will rank offerors from lowest to highest price, review the technical proposal of the lowest price offeror, and, if that offer is technically acceptable, make the award without further evaluating the technical proposals of the other offerors." REQUEST FOR ONE FIRM FIXED PRICE QUOTE PER GALLON OF LPG REGARDLESS OF GRADE AND MONTHLY TANK RENTAL BY CAPACITY. THE PRICE OF THE LPG SHALL REMAIN FIXED DURING THE BASE YEAR OF THE CONTRACT 1 OCT 2013 THROUGH 30 SEPT 2014. Sub CLINsDescriptionBase Year (per gallon)Option Year 1 “ 1 OCT 2014 “ 30 SEPT 2015Option Year 2 “ 1 OCT 2015 “ 30 SEPT 2016 0001AA through 0018AATank Rental (SEE ATTACHMENT 1 for quoting purposes)(SEE ATTACHMENT 1)(SEE ATTACHMENT 1) 0001AB through 0018ABBULK LPG$Economic Price Adjustment (EPA)Economic Price Adjustment (EPA) OPTION YEARS: SHOULD THE GOVERNMENT EXERCISE THE OPTION TO EXTEND THE TERM OF THE CONTRACT UNDER FAR 52.217-9, THE OPTION SHALL BE SUBJECT TO THE CLAUSE UNDER FAR 52.216-2 ECONOMIC PRICE ADJUSTMENT (EPA) FOR LPG, BASED ON OVERALL RELATIVE PRICE DIFFERENCES WHICH IS REFLECTED ON THE PROPANE PRICE INDEX OF PRICES RECORDED IN MT BELVIEU TEXAS AS REPORTED BY THE U.S. ENERGY INFORMATION ADMINISTRATION. IN ADDITION, RELATIVE CHANGES FOR INFLATION IN ENERGY WOULD APPLY AS REFLECTED IN THE CONSUMER PRICE INDEX FOR ENERGY PRICES FOR HONOLULU HAWAII REPORTED BY THE BUREAU OF LABOR STATISTICS (BLS) APPLIED. OPTION YEAR 1 EPA APPLICATION: THE RELATIVE PRICE DIFFERENCES REFLECTED IN THE INDEXES FROM CONTRACT AWARD DATE THROUGH THE PERIOD ENDING JUNE 2014. OPTION YEAR 2 EPA APPLICATION: THE RELATIVE PRICE DIFFERENCES REFLECTED IN THE INDEXES FOR THE 12 MONTH PERIOD FROM JULY 2014 THROUGH JUNE 2015. ATTACHMENT 1: FOR TANK RENTAL QUOTEs: ITEM 1 THROUGH 51 - LPG CONTRACTOR OWNED TANK RENTAL PER LOCATION. RENTAL QUOTES SHALL BE SIMILAR BASED ON TANK CAPACITY. (Note that tanks at 3 locations are coupled together for one FFP quote) ATTACHMENT 2: STATEMENT OF WORK: FOR THE INSTALLATION, MAINTENANCE REQUIREMENTS OF LPG TANKS, AND RECEIPT VERIFICATION AND DELIVERY TICKET PROCEDURES. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including 52.222-50, Combating Trafficking Persons 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available information Regarding Responsibility Matters 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration 52.216-2, Economic Price Adjustment ”Standard Supplies.(All 18 LPG SubCLINs) 52.216-21, Requirements (30 Sep 2016 inserted date) 52.217-5, Evaluation of Options. 52.217-6, Option for Increased Quantity. (Up to 15%) 52.217-9, Option to Extend the Term of the Contract. (Preliminary notice 60 days prior to, with written notice within 30 days of term expiration) 52.223-3, Hazardous Material Identification and Material Safety Data 52.232-18, Availability of Funds 52.232-19, Availability of Funds for the Next Fiscal Year 52.246-2, Inspection of Supplies -- Fixed-Price. 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes The following DFARS provisions and clauses are applicable to this procurement: 252.201-7000, Contracting Officer's Representative 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 252.216-7006, Ordering (1 Oct 2013 through 30 Sep 2016) 252.223-7001, Hazard Warning Labels 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7010 Levies on Contract Payments 252.232-7006 Wide Area WorkFlow Payment Instructions Additionally, Source Net will be used as a method of payment. Additional Clauses included: SUP 5252.243-9400 Authorized Changes Only By the Contracting Officer (JAN 1992) AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a)Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor ™s facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the śChanges ť clause of this contract. (b)The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c)The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Elaine Carmody ADDRESS: NAVSUP Fleet Logistics Center Pearl Harbor 1942 Gaffney Street, Ste 100 Pearl Harbor, HI 96860-4549 TELEPHONE: (808) 473-7531 This announcement will close at 11:00 AM HST on 12 Jul 2013. Any contractor may give written notification if they believe they are fully capable of meeting these requirements. All written requests shall be in submitted in writing by email addressed to thomas.mclain@navy.mil and elaine.carmody@navy.mil. System for Sward Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral communications are not acceptable in response to this notice. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3077/listing.html)
 
Record
SN03088142-W 20130614/130613000613-e6d200cdd240350f0d4b2b8e04a4a477 (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.