Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOLICITATION NOTICE

91 -- OPTION - Fuel Distribution Service Contract

Notice Date
8/12/2020 1:11:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR220Q00000118
 
Response Due
8/26/2020 12:00:00 AM
 
Archive Date
02/22/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Awardee
null
 
Description
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. The solicitation number is 70FBR220Q00000118 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 424720 with a small business size standard of 200.00 employees. This requirement is a Local Area Network Set-Aside and only qualified offerors as defined by the Solicitation may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-08-26 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/20/2020 - 03/19/2021 LI 001: Delivery of fuel (mission), delivery and location in accordance with Statement of Work., 1, LOT; LI 002: Storage of FEMA Fuel (estimated 28,000 gallons) as detailed in Statement of Work., 1, LOT; LI 003: Pick up FEMA Fuel (estimated 28,000 gallons). Contractor will pick up FEMA owned fuel from Ponce Warehouse., 1, EA; Option 1 Period of Performance: 03/20/2021 - 09/19/2021 LI 001: Delivery of fuel (mission), delivery and location in accordance with Statement of Work., 1, LOT; LI 002: Storage of FEMA Fuel (estimated 11,200 gallons) as detailed in Statement of Work., 1, LOT; LI 003: Contractor Fuel (Cost Reimbursable-estimated 5,600 gallons)., 1, LOT; Option 2 Period of Performance: 09/20/2021 - 03/19/2022 LI 001: Delivery of fuel (mission), delivery and location in accordance with Statement of Work., 1, LOT; LI 002: Contractor Fuel (Cost Reimbursable-estimated 16,800 gallons), 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.217-8 Option to Extend Services, FAR 52.222-41 Service Contract Labor Standards. See attached applicable wage determination. FAR 52.203-17 - Contractor Employee Whistleblower Rights. FAR 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area. Disaster or Emergency Area Representation (Nov 2007) (a) Set-aside area. The area covered in this contract is: Puerto Rico. (b) Representations. The offeror represents that�it ? does ? does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area�if,�during�the�last�twelve�months-(1)�The�offeror�had�its�main�operating�office�in�the�area;�and�(2)�That�office�generated�at�least�half�of�the�offeror�sgross�revenues�and FAR�52.226-3 employed�at�least�half�of�the�offeror�s�permanent�employees.�(d)�If�the�offerordoes�not�meet�the�criteria�in�paragraph�(c)�of�this�provision,�factors�to�be�considered�in Disaster�or determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror�s permanent office(s) and date any office Emergency in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history Area the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror�s gross revenues attributable to work performed in the set-aside Representation area;�(6)�Number�of�permanent�employees�the�offeror�employs�in�the�set-aside�area;�(7)�Membership�in�local�and�state�organizations�in�the�set-aside�area;�and�(8)�Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. Lowest Prices that is found technically acceptable. Notice to Offerors - Statement of Contractor Assurance By submitting this offer, the offeror certifies that, at the time of submission, they have adequate financial resources to Offerors�-�perform the contract; they have the capability to comply with the required or proposed delivery or performance schedule; and otherwise meet or exceed the general standards Disaster�for�All required�by�FAR�9.104-1.�The�offeror�shall�disclose�any�filings�for�bankruptcy,fines�levied�by�governmental�agencies,�or�legal�proceeding�against�any�participating Actions�organization, employees, corporate officer, or entity that might have a material effect on the proposer�s ability to implement the proposed project, as required by FAR [52.209-5�or 52.212-3(h)*], Certification Regarding Responsibility Matters. Instructions for Submitting Contractor Assurance Information The offeror shall submit information supporting this certification to the CO at the time proposals are due. This submission will only be reviewed by the CO in making a determination of responsibility. This information will not�be reviewed as part of a technical evaluation and will not count against page limits for technical proposals. At a minimum, offerors shall include: 1) the offeror�s delivery plans, including, but not limited to, any agreements and/or arrangements with suppliers, providing as much detail necessary to explain how the statement of work will be�accomplished within this working relationship; 2) a description of the offeror�s ability to adequately meet the financial demands of the requirement, including current relationships with lending and/or financial institutions or equity sources which have demonstrated interest in providing financing for the proposed project; and 3) at the offeror�s discretion,�any�additional�information�the�offeror�believes�supports�the�above�certification�and�will�assist�the�CO�in�making�the�determination�of�responsibility�for�the�offeror�and its subcontractors. ��(a)�The Government may extend the term of this contract by written notice to the Contractor within�one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�five (5)�days before the contract expires. The preliminary notice does not commit the Government to an extension. ������(b)�If the Government exercises this option, the extended contract shall be considered to include this option clause. ������(c)�The total duration of this contract, including the exercise of any options under this clause, shall not exceed�eighteen (18) months.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d55eca1417c54ac6bf02756b2bd274c7/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05755491-F 20200814/200812230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.