SOLICITATION NOTICE
91 -- Gasoline (Marine Grade)-EVER
- Notice Date
- 3/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424710
— Petroleum Bulk Stations and Terminals
- Contracting Office
- NPS, SER - South MABO 33100 Tamiami Trail E Ochopee FL 34116 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS00643
- Response Due
- 3/28/2016
- Archive Date
- 4/12/2016
- Point of Contact
- Stefanos, Mary
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-85 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. This is a total small business set aside in accordance with FAR 19-502-2. The principle NAICS is 424710 and size standard is 100 Employees. The National Park Service, South Major Acquisition Buying Office has a requirement for a marine grade (90 octane, no ethanol) gasoline. The solicitation number assigned to this requirement is P16PS00643. The solicitation is issued as a Request for Quote (RFQ). The term of the contract will be 1 base year and includes 4 option years. The contract maximum amount is $100,000.00. The Government intends to award a Firm-Fixed Price Contract to the firm that provides the best value without discussions in accordance with FAR 13.106-2. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov). An offeror must ensure that they are self-certified under NAICS Code 424710 in the Representations and Certifications portion of SAM.gov QUESTIONS: Email any questions to mary_stefanos@nps.gov by 4pm (EST) on Friday, Mar 18, 2016 to be considered. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted. The closing date and time for receipt of quote is Monday, Mar 28, 2016 at 1400 hrs (EST) via FedConnect or emailed to Mary_Stefanos@nps.gov. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov) The following FAR Clauses provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015); FAR 52.212-2 - Evaluation-Commercial Items (Oct 2014),FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2015) with Alternate I, FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2016). The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332). 52.217-5, Evaluation of Options (JUL 1990) 52.217-8, Option to Extend Services. (NOV 1999) 52.217-9, Option to Extend the Term of the Contract. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) 52.232-39, Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.242-15, Stop-Work Order (AUG 1989) 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIORJULY 1996 (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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: Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM 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 Template) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer ¿s decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos S-MABO Contracting Officer 33100 Tamiami Trl E Ochopee, FL 34141 Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Office ¿s (GAO ¿s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) Estimated Quantities: The estimated annual quantity is approximately 12,000 gallons. The quantities stated represent the government's best estimate based on historical consumption data. This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. Multiple deliveries will take place each year Price: Pricing will be determined utilizing the Oil Price Information Service (OPIS) rack price for the Everglades City, FL location. Deliveries shall be priced according to the posted price on the effective date plus the contractor ¿s add-on (markup), rounded to the nearest cent. The contractor shall submit the relevant portion of the OPIS index with their invoice (see 52.212-4(g)). Submit attached Price Schedule with your quote. 52.211-16 Variation in Quantity. (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 percent increase 10 percent decrease This increase or decrease shall apply to each order. (End of Clause) 52.211-17 Delivery of Excess Quantities. (SEP 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price. (End of clause) Submitting a Quote Quotes shall be submitted on the below Price Schedule. No other forms or documents are required unless specifically requested by the contracting officer. Offers must acknowledge receipt of all solicitation amendments. Evaluation of Quotes: Quotes will be evaluated using the procedures set forth in FAR Part 13, Simplified Acquisition Procedures. The Contracting Officer will make a best value determination under these guidelines. See FAR provision 52.217-5. 52.217-5 Evaluation of Options. (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) ********************** ***Delivery location will be Everglades City, FL 34139 and price must include all applicable fees. QUESTIONS: Email any questions to mary_stefanos@nps.gov by 4pm/EST on Friday, Mar18, 2016 to be considered. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted. Contractor shall furnish all labor, materials, transportation and equipment necessary to supply and deliver gasoline, marine grade (90 octane, no ethanol) in accordance with local, state, and federal regulations and attached clauses and provisions into one (1) 1,000 gallon tank using leak-free refueling hoses with multiple deliveries throughout the year. Contractor is required to possess certifications, safety signs, spill prevention kit/equipment, and park at least 25 feet away from the tank being serviced with the engine shut off. Prices will include all fees. Driver must have a valid Florida Drivers Licenses with the appropriate category for the type of delivery vehicle, follow all park speed limits, be trained on emergency refueling procedures, and have access to the vendor ¿s Spill Prevention Plan. Driver must be able to read and speak English in order to make contact with the park ¿s dispatch center (305-242-7740) in case of emergencies to include spills. Response Time: Service shall be performed within 24 hours of notification of emergency service notification or within 2 hours of pre-scheduled request. Fill in items (a) through (d) below in order to for your quote to be considered: a. Company DUNS: _______________________ b. Company Contact, name/email/phone number:____________________________________________ _____________________________________________________________________________________ c. Acknowledgement of any amendments: Amendment # ________________ Dated: ______________ Amendment # ________________ Dated: ______________ d. Pricing: (items 10 through 50). Item 10: Base Year (April 1, 2016-Mar 31, 2017)12,000 Gallons=$ _____________ Item 20: Base Year (April 1, 2017-Mar 31, 2018)12,000 Gallons=$ _____________ Item 30: Base Year (April 1, 2018-Mar 31, 2019)12,000 Gallons=$ _____________ Item 40: Base Year (April 1, 2019-Mar 31, 2020)12,000 Gallons=$ _____________ Item 50: Base Year (April 1, 2020-Mar 31, 2021)12,000 Gallons=$ _____________ TOTAL $ _____________ Submit offers in response to this synopsis/solicitation to Mary_Stefanos@nps.gov Offers must be sent via email. Ensure you ¿ve received confirmation of receipt. Offers received after 1400 hrs (EST) on Monday, Mar 28, 2016 will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00643/listing.html)
- Record
- SN04037278-W 20160304/160302235249-9c78f433f4885ed637491ca1709a180f (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 |