The RFP Database
New business relationships start here

FY20 - FUEL Continental District Fort Sam Houston Natl Cemetery - Diesel and Unleaded Gasoline Fuel.


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78620Q0070
Post Date: 10/16/2019
Original Response Date: 10/29/2019 at 2:00 pm MST
Applicable NAICS: 424720
NAICS Size Standard: 500 Employees
Classification Code: 9110
Set Aside Type: Small Business
Period of Performance: Base year plus 3 option years

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contract Services
155 Van Gordon Street, Suite 510
Lakewood, CO 80228

Place of Performance: Fort Sam Houston National Cemetery
1520 Harry Wurzbach Road
San Antonio, TX 78209

Attachments: Scope of Work
Schedule of Services


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), solicitation number 36C78620Q0070.
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-04 Effective 6 September 2019.

This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.

The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract.

Scope: The contractor shall be responsible for providing 87 Octane Gasoline and Bio-Diesel Petroleum Distillate #2 to the Fort Sam Houston National Cemetery in San Antonio, Texas.
PRICE SCHEDULE: Contractor shall provide all labor, material, tools, transportation and supervision necessary to provide the fuel as ordered for the Fort Sam Houston National Cemetery. Units and services to be in accordance with Statement of Work, Technical Specifications, and the Terms and Conditions contained in this solicitation.

Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.

Responses to this Request for Quotes (RFQ) are due no later than 2:00 pm Mountain Standard Time (MST) on 10/29/2019. Responses to this announcement will result in a Firm-Fixed Price Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov.


QUOTE FORMAT AND SUBMISSION INFORMATION:

Quotes shall be submitted via email ONLY: Geraldine.Herrerea@va.gov

Evaluation Process:
The Government will award a firm fixed contract using the lowest price/technically acceptable process. Although the evaluation of an Offeror and award of a contract will be made without discussion, the Government nevertheless reserves the right to conduct discussions if the Contracting Officer later determines it to be necessary.

Solicitation Provisions and Contract Clauses
The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:
FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013)
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018)
FAR 52.233-2 Service of Protest (Sept 2006)
VAAR 852.233-70 Protest Content /Alternative Dispute Resolution (Oct 2018)
VAAR 852.233-71 Alternate Protest Procedure (Oct 2018)
VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following solicitation clauses apply to this acquisition:
The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018):

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019)
FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019)
FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days)
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997)
CL-120 Supplemental Insurance Requirements
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.
(End of Clause)
FAR 52.232-18 Availability of Funds (Apr 1984)
FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.237-3 Continuity of Services (Jan 1991)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984)

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(14), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(47)(ii), (b)(49), and (b)(55).
STATEMENT OF WORK

Product Description: Contractor shall furnish (F.O.B. Destination within consignee s premises) 87 Octane Gasoline & Bio-Diesel petroleum distillate #2 for off road use, to Fort Sam Houston National Cemetery located at 1520 Harry Wurzbach Road, San Antonio TX 78209. Fuel delivery will be ordered on an on-call basis and deliveries shall be within 48 hours of placing order with the contractor. The storage tank for the Diesel fuel has 500-gallon capacity. The storage tank for the 87 Octane fuel is 500 gallons.
The Offeror shall provide the cemetery a copy a Spill Response Plan upon award. The plan shall effectively prevent and contain any fuel spills and prevent contamination to the surrounding ground, storm drains or downhill contamination to local waterways. The contractor must certify that their drivers have been trained on spill prevention. They must also prove that they have an effective means of communication during a spill containing 10 or more gallons. This plan shall include emergency contact numbers for: their own company, remediation companies and State & Federal authorities in the event of a major fuel spill containing 10 or more gallons.
The Contractor shall deliver the following fuels to the cemetery address above, FOB Destination on an as-needed basis. The government will contact the Contractor by the phone or email to schedule deliveries.
The Contractor shall provide a metered delivery ticket, via email, to the Cemetery Point of Contact immediately upon delivery or by the next business day. The delivery ticket shall include the following information at a minimum:
Date of Delivery
Total Gallons Delivered
Price per Gallon to include:
Rack Price (date & time stamped)
Contractor Mark-Up Per Gallon
Total Unit Price
Period of Performance: Date of award through September 30, 2020, plus Three, one-year option periods if exercised. Estimated period of performance for base period, October 1, 2019 September 30, 2020.
Scope: The contractor shall be responsible for providing fuel delivery within 48 hours of order placement for Fort Sam Houston National Cemetery located at 1520 Harry Wurzbach Rd., San Antonio, TX 78209.
The maximum aggregate value of orders that can be placed under this contract is $____________.
Supply Price Schedule
Price per gallon shall be based on the rack price the day of delivery using the San Antonio [846] (Unbranded Rack Average and Low Carbon Fuel Standard (LCFS) 0% ethanol) in the daily Oil Price Information Services (OPIS) Gross Wholesale B2 Biodiesel Prices issued daily (available through https://www.opisnet.com/) plus, provider s Mark-Up Per Gallon Prices. The contractor must provide the rack price for that day of each delivery ticket when delivered and at the time of invoice submission. The daily rack price shall be from the Opisnet website and it shall include a time stamp indicating the date and time for the product delivered.
87 Octane will be ordered between 200 and 450 gallons per order
Bio-Diesel Petroleum Distillate #2 will be ordered between 200 and 450 gallons per order
Contractors will quote only their Mark-Up Price Per Gallon Prices. This amount must be in a dollar format ($0.00).
CLIN
Description
Estimated Qty
Unit
Mark-Up Per Gallon
Total Price for Mark-Up Per Gallon
Base Period: Date of Award through September 30, 2020

0001
87 Octane, 0% Ethanol
1,400
Gal
$
$
0002
Bio-Diesel Petroleum Distillate #2
7,600
Gal
$
$
Base Period Total Price of Mark-Up Per Gallon
$

Option Year 1: October 1, 2020 through September 30, 2021

1001
87 Octane, 0% Ethanol
1,400
Gal
$
$
1002
Bio-Diesel Petroleum Distillate #2
7,600
Gal
$
$
Option Year 1 Total Price of Mark-Up Per Gallon
$

Option Year 2: October 1, 2021 through September 30, 2022

2001
87 Octane, 0% Ethanol
1,400
Gal
$
$
2002
Bio-Diesel Petroleum Distillate #2
7,600
Gal
$
$
Option Year 2 Total Price of Mark-Up Per Gallon
$

Option Year 3: October 1, 2022 through September 30, 2023

2001
87 Octane, 0% Ethanol
1,400
Gal
$
$
2002
Bio-Diesel Petroleum Distillate #2
7,600
Gal
$
$
Option Year 3 Total Price of Mark-Up Per Gallon
$

Price Summary
Period
Total Price for Mark-Up Per Gallon
Date of Award through September 30, 2020
$
Option Year 1: October 1, 2020 September 30, 2021
$
Option Year 2: October 1, 2021 September 30, 2022
$
Option Year 3: October 1, 2022 September 30, 2023
$
Total Price (Base plus all Option Years)
$

Contractor Mark-Up Per Gallon: The Contractor Mark-Up Per Gallon Prices are fixed and includes all markup above the rack rate. This includes, but is not limited to: delivery charge (including labor and transportation), overhead, profit, applicable taxes and duties, etc. The awarded Contractor s Mark-Up Per Gallon Prices are fixed and will not fluctuate with changes to the rack rate(s).

Geraldine Herrera
geraldine.herrera@va.gov
303-914-5703

www.va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP