The RFP Database
New business relationships start here

Liquefied Petroleum Gas (LPG) Grade HD5 and Tank Rental


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

 
COMBINED SOLICITATION/SYNOPSIS

LIQUID PETROLEUM GAS (LPG) AND TANK RENTALS

MARINE CORPS BASE HAWAII

 

1) 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.

2) The Solicitation number is M00318-19-Q-0015 and is issued as a Request for Quotes (RFQ) using FAR Part 13.5.

3) This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2019-03 Effective, 12 July 2019 and DPN effective 28 June 2019.
4) This is a full and open competition with an associated North American Industrial Classification Systems (NAICS) code of 325120, Industrial Gas Manufacturing.  The size standard is 1000 Employees.

5)  The Government contemplates the single award of an Indefinite Delivery (ID) Requirements Contract resulting from this solicitation in accordance with FAR 16.503.  Unit prices are fixed.  The quantities are estimated.  See attached documents for specific line items required.

6) This Request for Quotes (RFQ) is for Liquid Petroleum Gas Delivery to multiple tank locations and the rental of tanks.  Work shall be in accordance with the attached Statement of Work (SOW).

7) The work shall commence on 1 October 2019.  It is estimated that the contract will be awarded 2 weeks before to allow for any transitional planning that is necessary.  The period of performance will run for a six (6) month period.   See the attached SOW for specific deliverables.  The main places of performance are Marine Corps Base Hawaii, Kaneohe Bay and Camp H. M. Smith.   All required deliverables shall be submitted in accordance with the SOW.

8)  The provision at 52.212-1, Instructions to Offerors - Commercial Items (Deviation 2018 2018-O0018), applies to this acquisition. The attached addendum applies to this requirement.

9)  Evaluation - Commercial Items 52.212-2 (Tailored) applies to this solicitation.  The Government will award a single Indefinite Delivery Requirements contract resulting from this solicitation to the responsible offeror whose offer is the Lowest Priced Technically Acceptable Offer.  The following factors shall be used to evaluate offers: Technical (Experience and Tank Availability) and Price.  Only quotes which meet the mandatory technical criteria will be considered for award.  See the attached addendum for further details. 


10)  Offerors may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate 1, with its offer if FAR 52.212-3(b) cites that any part of paragraph c through u is updated (i.e. if an NAICS Code is added or deleted, representations are updated, etc.).  And the offeror SAM registrations is being updated.


11)  The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.


12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.  The following clauses cited in the clause are applicable to the acquisition:


 


52.203-6 Alt 1  Restrictions on Subcontractor Sales to the Government


52.204-10  Reporting Executive Compensation and First-Tier Subcontract Awards


52.209-6  Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment


52.219-8  Utilization of Small Business Concerns


52.219-28  Post Award Small Business 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


52.222-35  Equal Opportunity for Veterans


52.222-36  Affirmative Action for Workers with Disabilities


52.222-37  Employment Reports on Veterans


52.222-40  Notification of Employee Rights Under the National Labor Relations Act


52.222-50  Combating Trafficking in Persons


52.222-54  Employment Eligibility Verification


52.223-18  Encouraging Contractor Policies to Ban Text Messaging While Driving


52.225-13  Restrictions on Certain Foreign Purchases


52.232-33  Payment by Electronic Funds Transfer - Central Contractor Registration


13)  The following additional provisions and clauses are applicable to this solicitation:


FAR:

52.203-18  Prohibition on Contracting with Entities that Require Certain Internal        JAN 2017

 Confidentiality Agreements or Statements-Representation

52.204-22  Alternative Line Item Proposal                                                                      JAN 2017

52.204-24  Representation Regarding Certain Telecommunications and Video             AUG 2019

Surveillance Services or Equipment

52.204-25  Prohibition on Contracting for Certain Telecommunications and Video      AUG 2019

Surveillance Services or Equipment

52.209-2  Prohibition on Contracting with Inverted Domestic Corporations-              NOV 2015


Representation

52.209-11  Representation by Corporations Regarding Delinquent Tax Liability or      FEB 2016


 a Felony Conviction under any Federal Law

52.216-19  Order Limitations                                                                                           OCT 1995


[Fill in is:  $3,000.00, 85,000 gallons, 85,000 gallons, 3 days]

52.216-21  Requirements [Fill in is:  31 Mar 2020]                                                         OCT 1995

52.222-18  Certification Regarding Knowledge of Child Labor for Listed End             FEB 2001

Products
52.223-3  Hazardous Material Identification and Material Safety Data                          JAN 1997

52.225-25  Prohibition on Contracting with Entities Engaging in Certain Activities      AUG 2018

or Transactions Relating to Iran-Representation and Certifications

52.228-5  Insurance-Work on a Government Installation                                             JAN 1997
52.232-18  Availability of Funds                                                                                      APR 1984

52.232-39  Unenforceability of Unauthorized Obligations                                              JAN 2013

52.232-40  Providing Accelerated Payments to Small Business Subcontractors             DEC 2013

52.237-2   Protection Of Government Buildings, Equipment, And Vegetation              APR 1984
52.247-34  FOB Destination                                                                                             NOV 1991
52.252-1  Solicitation Provisions Incorporated by Reference                                          FEB 1998
52.252-2  Clauses Incorporated by Reference                                                                  FEB 1998

52.252-5  Authorized Deviation in Provisions [Fill in: Defense Federal Acquisition     APR 1984

 Regulations Supplement (48 CFR Chapter 2)
DFARS:
252.201-7000  Contracting Officer's Representative                                                       DEC 1991

252.203-7000  Requirements Relating to Compensation of Former DoD Officials        SEP 2011

252.203-7002  Requirement to Inform Employees of Whistleblower Rights                  SEP 2013

252.203-7005  Representation Relating to Compensation of Former DoD Officials      NOV 2011
252.204-7003  Control of Government Personnel Work Product                                    APR 1992
252.204-7004  Level I Antiterrorism Awareness Training for Contractors                     FEB 2019

252.204-7008  Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident             OCT 2016

 Reporting

252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

252.209-7004  Subcontracting with Firms that are Owned or Controlled by the            MAY 2019

 Government of a Country that is a State Sponsor of Terrorism

252.216-7006  Ordering [Fill in: 1 Oct 2019 through 31 Mar 2020]                               MAY 2011
252.223-7001  Hazard Warning Labels                                                                            DEC 1991

252.223-7006  Prohibition on Storage, Treatment, and Disposal of Toxic or                 SEP 2014

Hazardous Materials
252.223-7008  Prohibition of Hexavalent Chromium                                                      JUN 2013

252.225-7001  Buy American and Balance of Payments Program-Basic                     DEC 2017

252.225-7002  Qualifying Country Sources as Subcontractors                                       DEC 2017

252.225-7021  Trade Agreements                                                                                    DEC 2017

252.225-7048  Export-Controlled Items                                                                          JUN 2013

252.225-7050  Disclosure of Ownership or Control by the Government of a Country   DEC 2018

 that is a State Sponsor of Terrorism
252.232-7003  Electronic Submission of Payment Requests and Receiving Reports     DEC 2018

252.232-7006  Wide Area WorkFlow Payment Instructions                                           DEC 2018

252.232-7010  Levies on Contract Payments                                                                   DEC 2006

252.243-7001  Pricing of Contract Modifications                                                            DEC 1991
252.243-7002  Requests for Equitable Adjustment                                                          DEC 2012
252.247-7023  Transportation of Supplies by Sea                                                          

14) Proposals must be received by 2:00 PM HST, 13 September 2019 to the Contract Specialist, Steven Takasaki at, MCIPAC, RCO-Hawaii, 2nd Street, Building 209, Marine Corps Base Hawaii, Kaneohe Bay, HI 96863-3063.


16)  Questions concerning this combined solicitation/synopsis must be in writing and must be directed to Steven Takasaki, Contract Specialist via email at steven.takasaki@usmc.mil. ; Please provide any questions no later than 2:00 PM HST 5 September 2019.  No further questions will be accepted after that date and time.  NO TELEPHONE REQUESTS WILL BE HONORED.   You are reminded that representative from your company SHALL NOT contact any Marine Corps Personnel to discuss this RFQ during this RFQ process. 


17)  Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by going online at https://www.sam.gov/portal/public/SAM/.


Steven Takasaki, Contract Specialist, Phone 8082575716, Fax 8082572350, Email steven.takasaki@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP