Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOLICITATION NOTICE

68 -- OPTION - Propane Delivery Service for FEMA - Puerto Rico

Notice Date
8/25/2020 12:14:51 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
70FBR220Q00000126
 
Response Due
9/1/2020 12:00:00 AM
 
Archive Date
02/28/2021
 
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
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 70FBR220Q00000126 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 Small Business Set-Aside and only qualified offerors 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: 2020-09-01 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be , null null The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 09/18/2020 - 03/17/2021 LI 001: THE CONTRACTOR IS TO PROVIDE ALL PERSONNEL, SUPERVISION, LABOR, TRANSPORTATION, AND EQUIPMENT NECESSARY TO PROVIDE PROPANE DELIVERY SERVICE AS OUTLINED IN ATTACHMENT 01 - STATEMENT OF WORK (SOW) **ESTIMATED DELIVERY AMOUNT IS 700 GALLONS PER MONTH** PROVIDE PRICE PER GALLON TO SUPPORT DELIVERY REQUIREMENTS AS OUTLINED IN SOW (LOCATIONS/SERVICING DAYS/AMOUNTS), 4200, GALLON; Option 1 Period of Performance: 03/18/2021 - 09/17/2021 LI 001: THE CONTRACTOR IS TO PROVIDE ALL PERSONNEL, SUPERVISION, LABOR, TRANSPORTATION, AND EQUIPMENT NECESSARY TO PROVIDE PROPANE DELIVERY SERVICE AS OUTLINED IN ATTACHMENT 01 - STATEMENT OF WORK (SOW) **ESTIMATED DELIVERY AMOUNT IS 700 GALLONS PER MONTH** PROVIDE PRICE PER GALLON TO SUPPORT DELIVERY REQUIREMENTS AS OUTLINED IN SOW (LOCATIONS/SERVICING DAYS/AMOUNTS), 4200, GALLON; Option 2 Period of Performance: 09/18/2021 - 03/17/2022 LI 001: THE CONTRACTOR IS TO PROVIDE ALL PERSONNEL, SUPERVISION, LABOR, TRANSPORTATION, AND EQUIPMENT NECESSARY TO PROVIDE PROPANE DELIVERY SERVICE AS OUTLINED IN ATTACHMENT 01 - STATEMENT OF WORK (SOW) **ESTIMATED DELIVERY AMOUNT IS 700 GALLONS PER MONTH** PROVIDE PRICE PER GALLON TO SUPPORT DELIVERY REQUIREMENTS AS OUTLINED IN SOW (LOCATIONS/SERVICING DAYS/AMOUNTS), 4200, GALLON; 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. This solicitation will give local area evaluation preference to local firms, in this case ""local firms"" is defined as those companies residing or doing business primarily in the Commonwealth of Puerto Rico. This local area evaluation preference is in accordance with FAR 26.202 and the Robert T. Stafford Disaster Relief and Emergency Act (42 U.S.C. 5121), which states preference shall be given, to the extend feasible and practicable, to local firms when awarding emergency response contracts during a major disaster. Potential offerors must meet the requirements for FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within DR-4339-PR (Commonwealth of Puerto Rico), which will be verified upon selection for award or otherwise will be determined ineligible for award. Local vendor determination will be based on SAM registration as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria per FAR 52.226-3(c), the offeror shall furnish documentation to support its representation IAW FAR 52.226-3(d). All equipment must be in very good and serviceable condition. Truck must be DOT certified and capable of safely transporting propane to all required locations within 24 hours of notification. In accordance with section 2.2 Vehicles of the Scope of Work - Attachment 01. Bid MUST be good for 30 calendar days after close of Buy. THE CONTRACTING OFFICER MAY ISSUE A NOTICE TO PROCEED TO INCLUDE A PURCHASE ORDER NUMBER TO THE SUBSEQUENT AWARDEE IN ORDER TO EXPEDITE SERVICES, WHICH WILL BE FOLLOWED BY A FINALIZED CONTRACT. Shipping must be free on board (FOB) destination OCONUS (Outside Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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): 52.203-13, 52.203-15, 52.209-6, 52.219-6, 52.222-3,52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223.11, 52.223-18, 52.225-13, 52.226-4, 52.226-4, 52.226-5, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 3 days. (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 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 18 months. 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE; 52.223-11 OZONE-DEPLETING SUBSTANCES AND HIGH GLOBAL WARMING POTENTIAL HYDRO FLUOROCARBONS; 52.232-1 PAYMENTS; 52.233-3 PROTEST AFTER AWARD; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 52.243-1 CHANGES-FIXED PRICE; 52.253-1 COMPUTER GENERATED FORMS The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government will evaluate quotes received in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. A best value determination will be considered using the following factors; Price, Local Area Preference, and Past Performance, not necessarily in that order. By submitting this offer, the offeror certifies that, at the time of submission, they have adequate financial resources to 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 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 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. Local contractor must demonstrate a plan for delays in shipping from the mainland to Puerto Rico (if applicable)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4552c2518be3430f9200cbf85672d9d6/view)
 
Place of Performance
Address: , null
Zip Code: null
 
Record
SN05773130-F 20200827/200825230157 (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.