Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2016 FBO #5264
SOLICITATION NOTICE

91 -- Supply and Delivery of Propane & Storage Tanks to Pinnacles National Park, Paicines, California

Notice Date
4/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P16PS00996
 
Archive Date
6/4/2016
 
Point of Contact
Jack Northcutt, Phone: (541) 883-6884
 
E-Mail Address
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Supply and Delivery of Propane & Storage Tanks To Pinnacles National Park, Paicines, California - This is a combined synopsis/solicitation for the acquisition of Liquefied Petroleum Gas (propane or LPG) and storage tanks, commercial items, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-87 of April 6, 2016. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P16PS00996 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 325120 and the size standard is 1,000 employees or less. This acquisition is to supply and deliver the following: (1) Approximately 4,800 gallons of propane annually (2) 10 Contractor provided (leased to NPS) propane tanks DELIVERY: The propane delivery schedule will be determined by Contractor. The Contractor shall monitor all tanks to ensure that all tanks are filled to a minimum of 40% at all times as well as provide repair and replacement service for tanks and regulators as required by the NPS. Deliveries will be between the hours of 7:30 a.m. and 4:00 p.m. Monday - Friday except Federal holidays. The Contractor shall adhere to relevant and applicable sections of San Benito County code relating to building regulations and anchoring of liquid petroleum gas tanks and gas shut-off devices. SERVICE LOCATIONS: Pinnacles is separated by a mountain range that bisects the park into two districts or sides. State Highway 146 east and west do not connect - they dead-end in the east and west sides of the park. NOTE: Take notice of distance of tanks from roadway. This is the approximate distance the propane trucks will be from tanks when delivering propane. Contractor must be able to fill all tanks in contract. Delivery trucks are not allowed to travel off-roadway to fill tanks. WEST SIDE: The West Side of Pinnacles National Park is located approximately 10 miles east of Soledad, California via State Highway 146. Item Tanks in West Side of Park Dist. from Road Lat Long A West Pinnacles Maint Yard 30 Feet 36.477830 -121.227706 B West Pinnacles Maint Yard 30 Feet 36.477830 -121.227706 C West Pinnacles Maint Yard 30 Feet 36.477830 -121.227706 D Chaparral Parking Area 30 Feet 36.491471 -121.209633 EAST SIDE: East Side of Pinnacles National Park is accessible either from Hollister or King City - both about 30 miles away. From Hollister travel approximately 30 miles south on State Highway 25 and then 3 miles west on State Highway 146. From King City travel 15 miles east on Bitterwater Road to State Highway 25, then 15 miles north to State Highway 146 and then 3 miles west to Pinnacles Campground & Visitor Center. Item Tanks in East Side of Park Dist. from Road Lat Long E Campground Store & Visitor Ctr 30 Feet 36.493794 -121.146260 F Chalone Maintenance Shop 300 20 Feet 36.492783 - 121.171122 G Duplex 101/102 30 Feet 36.491309 -121.170164 H Duplex 103/104 & Dorm 105 80 Feet 36.491138 -121.170464 I Resource Mgmt Office 207 120 Feet 36.482102 -121.179410 J Admin Office/Generator 14 150 Feet 36.481778 -121.180099 K Residence 19 (NPS Owned) 20 Feet 3 6.482630 -121.177792 PERIOD OF PERFORMANCE: The period of performance will be between the date of award, approximately May 24, 2016, through September 30, 2016. Four Option Years, if awarded, will be from October 1, 2016 through September 30, 2020. PAYMENT: The vendor shall submit one consolidated invoice monthly via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full); 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 (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside Orders; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3 Alt 1, Buy American--Free Trade Agreements--Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; 52.217-7, Option for Increased Quantity; 52.217-9, Option to Extend the Term of the Contract. Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 52.203-98 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. 52.203-99 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. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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's business invoice and BPN price effective at the time of delivery V endor's failure to attach the required documentation as specified above will result in the ipp invoice being rejected. 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) prior to the contract award date, but no more than 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. INSTRUCTIONS TO OFFERORS: Quotations are due by Friday, May 20, 2016, 2:30 PM, PDT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park. Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of Jack Northcutt, NPS, Klamath Ranger District, 2819 Dahlia St. Ste A, Klamath Falls, OR 97601 on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). Quotes may be sent to e-mail address: jack_northcutt@nps.gov. Any quotation received after 2:30 pm Pacific Daylight Time will be considered late and will not be further considered. Submit your quotation using the Quote Sheet below. To be considered for award, interested vendors must submit pricing for all line items. OFFER EVALUATION/OPTION(S): The NPS will evaluate offers for options. Evaluation of options will not obligate the NPS to exercise the option(s). 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, on the basis of the lowest evaluated price of quotes. THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: jack_northcutt@nps.gov RFQ P16PS00996 PROPANE & STORAGE TANKS, PINNACLES NATIONAL PARK QUOTE SHEET a. Company Name: _________________________________________ b. Company DUNS: ________________________________________ c. Company Contact (name/e-mail/phone number): ________________ d. Acknowledgement of any amendments: Amendment #: _________ Dated: _______________ Amendment#: __________Dated: _______________ e. Pricing: Price per gallon shall be based on the price quoted for San Francisco, CA in the weekly Thursday Butane Propane News Weekly Propane Newsletter (available through bpnews.com) effective at the time of delivery, plus a markup price by the Contractor for the base year and for each of the four option years. Markup price shall be identified on bid sheet. If there is no fee or cost for tank lease, indicate such on the bid sheet by entering "0" or "N/A" Line Item 1 (Base Year) Propane (or LPG) BP News Price PLUS Price per Gallon Federal Tax $ CA Tax $ Any other fees or surcharges (Specify) $ Markup & Delivery $ Total Price of Taxes, Fees and Markup Per Gallon $ Line Item 2 (Base Year: June-Sept, 2016) Tank Lease Fees (if any) PLUS placement of tanks, and transfer of propane. If there is no fee or cost for lease, placement and/or transfer, indicate such on the bid sheet by "0" or "N/A" Per Each - Lump Sum Location Size (G) A West 499 $ B West 499 $ C West 499 $ D West 320 $ E East 288 $ F East 325 $ G East 325 $ H East 575 $ I East 172 $ J East 250 $ Total Price of Tank Lease Fees (if any) PLUS placement of tanks, and transfer of propane (June - Sept, 2016) 1 LS $ Line Item 3 (Option Year 1) Propane (or LPG) BP News Price PLUS Taxes & Fees (per gallon) $ Markup & Delivery (per gallon) $ Total Price of Taxes, Fees and Markup Per Gallon $ Line Item 4 Total Annual Tank Lease Fees (if any) Lump Sum $ Line Item 5 (Option Year 2) Propane (or LPG) BP News Price PLUS Price per Gallon Taxes & Fees (per gallon) $ Markup & Delivery (per gallon) $ Total Price of Taxes, Fees and Markup Per Gallon $ Line Item 6 Total Annual Tank Lease Fees (if any) Lump Sum $ Line Item 7 (Option Year 3) Propane (or LPG) BP News Price PLUS Price per Gallon Taxes & Fees (per gallon) $ Markup & Delivery (per gallon) $ Total Price of Taxes, Fees and Markup Per Gallon $ Line Item 8 Total Annual Tank Lease Fees (if any) Lump Sum $ Line Item 9 (Option Year 4) Propane (or LPG) BP News Price PLUS Price per Gallon Taxes & Fees (per gallon) $ Markup & Delivery (per gallon) $ Total Price of Taxes, Fees and Markup Per Gallon $ Line Item 10 Total Annual Tank Lease Fees (if any) Lump Sum $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00996/listing.html)
 
Place of Performance
Address: Pinnacles National Park, 5000 Highway 146, Paicines, California, 95043, United States
Zip Code: 95043
 
Record
SN04089941-W 20160422/160420234427-dc0f2808546b926f236d24da57356c89 (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.