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