The RFP Database
New business relationships start here

OZAR - Fuel FY19


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

Solicitation Number:
140P6219Q0017
Notice Type:
Combined Synopsis/Solicitation
Synopsis:


(i) 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. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

(ii) This solicitation, 140P6219Q0017, shall serve as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 (6 May 2019) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm]

(iv) The associated North American Industrial Classification Standard (NAICS) is 324110 B? Petroleum Refineries, the small business size standard is 1,500 employees. This procurement is a 100% total small business set-aside. B?The product provided must be manufactured by a small business. The Missouri MABO is currently seeking a Individual Class Waiver of the non-manufacturer rule. As of the issuance date of this solicitation, the waiver has not been received.B?

(v)

The quoted price is the MARGIN PRICE. The margin price includes all transportation costs, fees, state taxes, etc. It does NOT include the federal tax. The federal tax will be added to your margin and the per gallon rack price (given for the date of delivery).

CLIN 0010 B?     Upper Current - Diesel Delivery
        Base Year (8 July 2019 to 31 March 2020)

    Margin Cost Per Gallon:

CLIN 0110 B?     Upper Current - Diesel Delivery
        Option Year ONE (1 April 2020 to 31 March 2021)

    Margin Cost Per Gallon:

CLIN 0210 B?     Upper Current - Diesel Delivery
        Option Year TWO (1 April 2021 to 31 March 2022)

    Margin Cost Per Gallon:

CLIN 0020 B?     Upper Current B? Unleaded Gasoline Delivery
        Base Year (8 July 2019 to 31 March 2020)

        Margin Cost Per Gallon:

CLIN 0120 B?     Upper Current B? Unleaded Gasoline Delivery
        Option Year ONE (1 April 2020 to 31 March 2021)

    Margin Cost Per Gallon:

CLIN 0220 B?     Upper Current B? Unleaded Gasoline Delivery
        Option Year TWO (1 April 2021 to 31 March 2022)

    Margin Cost Per Gallon:

CLIN 0030 B?     Jacks Fork - Diesel Delivery
        Base Year (8 July 2019 to 31 March 2020)

    Margin Cost Per Gallon:

CLIN 0130 B?     Jacks Fork - Diesel Delivery
        Option Year ONE (1 April 2020 to 31 March 2021)

    Margin Cost Per Gallon:

CLIN 0230 B?     Jacks Fork - Diesel Delivery
        Option Year TWO (1 April 2021 to 31 March 2022)

    Margin Cost Per Gallon:

CLIN 0040 B?     Jacks Fork B? Unleaded Gasoline Delivery
        Base Year (8 July 2019 to 31 March 2020)

    Margin Cost Per Gallon:

CLIN 0140 B?     Jacks Fork - Unleaded Gasoline Delivery
        Option Year ONE (1 April 2020 to 31 March 2021)

    Margin Cost Per Gallon:

CLIN 0240 B?     Jacks Fork - Unleaded Gasoline Delivery
        Option Year TWO (1 April 2021 to 31 March 2022)

    Margin Cost Per Gallon:

CLIN 0050 B?     Lower Current - Diesel Delivery
        Base Year (8 July 2019 to 31 March 2020)

    Margin Cost Per Gallon:

CLIN 0150 B?     Lower Current - Diesel Delivery
        Option Year ONE (1 April 2020 to 31 March 2021)

    Margin Cost Per Gallon:

CLIN 0250 B?     Lower Current - Diesel Delivery
        Option Year TWO (1 April 2021 to 31 March 2022)

    Margin Cost Per Gallon:

CLIN 0060 B?     Lower Current - Unleaded Gasoline Delivery
        Base Year (8 July 2019 to 31 March 2020)

    Margin Cost Per Gallon:

CLIN 0160 B?     Lower Current B? Unleaded Gasoline Delivery
        Option Year ONE (1 April 2020 to 31 March 2021)

    Margin Cost Per Gallon:

CLIN 0260 B?     Lower Current B? Unleaded Gasoline Delivery
        Option Year TWO (1 April 2021 to 31 March 2022)

    Margin Cost Per Gallon:


(vi) The National Park Service is seeking a quotation for delivery of ultra-low sulfur diesel fuel and unleaded gasoline (minimum 87 octane rating using (R+M)/2 ) to three locations within Ozark National Scenic Riverways. Locations and estimated yearly usage for diesel fuel and gasoline are as follows:

Upper Current

Diesel: 2,100 gallons
Gasoline: 6,500 gallons

Jacks Fork
Diesel: 10,000 gallons
Gasoline: 7,500
Lower Current
Diesel: 2,100 gallons
Gasoline: 5,500 gallons

Successful offerors will be required to adhere to the Spill Prevention, Control, and Countermeasure (SPCC) Plan that is included within the Statement of Work.

(vii) Period of Performance:

Base Year:     8 July 2019 to 31 March 202
Option Year One    1 April 2020 to 31 March 2021
Option Year Two    1 April 2021 to 31 March 2022

Place of Performance: All tanks are located within Ozark National Scenic Riverways, headquartered in Van Buren, MO.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, company DUNS, POC name, phone, and e-mail, unit of measure, unit price, and total price. Offers should note 52.212-1(h) B? multiple awards; the Government may make multiple awards.

All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only.

(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Price and past performance will be considered when evaluating offers.

Addendum to 52-212-2
The Government will award a requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the government. The following factors shall be used to evaluate offers:
1. Past Performance B? Include past performance information for three relevant projects that occurred in the past THREE years. Include name, location, yearly amount of fuel, and a point of contact to whom the fuel was delivered.
2. Price B? The lowest priced offer with acceptable past performance will be selected.

The government may make multiple awards if it is determined to be advantageous.

(x) Offerors shall complete the following section of 52.212-3 B? Offeror Representations and Certifications B? Commercial Items, with its offer.

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.

(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and CertificationsB?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). (Reference clauses 52.212-3 at http://farsite.hill.af.mil/vmfara.htm)

(xi) 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.

(xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2019), applies to this acquisition. The following clauses within 52.212-5 are applicable:

52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.209-6 Protecting the GovernmentB?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-14 Limitations on Subcontracting (Jan 2017)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor (Jan 2018)
52.222-21 Prohibition of Segregated Facility (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-35 Equal Opportunity for Veterans (Oct 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-37 Employment Reports on Veterans (Feb 2016)
52.222-50 Combat Trafficking in Persons (Jan 2019)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-1 Buy AmericanB?Supplies (May 2014)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)


(xiii) Additional provisions and clauses applicable to this procurement:

Provisions:
52.204-16 --Commercial and Government Entity Code Reporting (Jul 2016)
52.204-22 B? Alternative Line Item Proposal (Jan 2017)
52.217-5 Evaluation of Options (Jul 1990)

Clauses
52.211-16 Variation in Quantity (Apr 1984)
52.211-17 Delivery of Excess Quantities (Sep 1989)
52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989)
52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)


52.211-3 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions (Jun 1988)

The specifications cited in this solicitation, specifically 40 CFR 112, may be obtained from:
https://www.epa.gov/laws-regulations/regulations

52.216-18 Ordering (Oct 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through date of contract expiration.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered B?issuedB? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.
(End of clause)

52.216-19 Order Limitations (Oct 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 100 gallons, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor --
(1) Any order for a single item in excess of 2,000 gallons;
(2) Any order for a combination of items in excess of 20,000 gallons; or
(3) A series of orders from the same ordering office within 5 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 business days after issuance, with written notice stating the ContractorB?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(e) Orders made under the terms of this contract shall be fulfilled within three business days of receipt of the order.
(End of Clause)

52.216-21 Requirements (Oct 1995)

(a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the GovernmentB?s requirements do not result in orders in the quantities described as B?estimatedB?B? or B?maximumB? in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule.
(d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.
(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.
(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the ContractorB?s and GovernmentB?s rights and obligations with respect to that order to the same extent as if the order were completed during the contractB?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after two business days following contract expiration.
(End of Clause)

52.217-9 Option to Extend the Term of the Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 four three years and six months.
(End of clause)

1452.228-70 Liability Insurance B? Department of the Interior (Jul 1996)

(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability
insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the
Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of
America. The amounts of the insurance shall be not less than as follows:

$100,000 each person
$100,000 each occurrence
$100,000 property damage

(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the
Government in such insurance. The certificate shall identify the contract number, the name and address of the
Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.

(End of clause)

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the
requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:

VendorB?s Internal Invoice Document

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(End of Clause)

Notice to Contractors
Contractor Performance Assessment Reporting System (November 2015)
1.    FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15.
2.    The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS - pronounced B?peepersB?) for Government use in evaluating past performance as part of a source selection action.
3.    We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public.
4.    When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/ . The CPARS User Manual, registration for Online Training for Contractor Representatives, and a practice application may be found at this site.
5.    Within 60 days after the end of a performance period, the CO will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/.
a.    Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment.

b.    Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance.

c.    In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions.

d.    If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government.

e.    If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment."

f.    Your response is due within 30 calendar days after receipt of the CPAR.


6.    The following guidelines apply concerning your use of the past performance evaluation:

a.    Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions.
b.    Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control.

c.    Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes.
7.    If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period.
8.    A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized.


(xv) Quotes are required to be received NO LATER THAN 16:00 P.M. CST, 1 July 2019. Submit written offers ONLY. Oral offers will not be accepted.

All quotes must be sent to the attention of Matt Frank via email to matthew_frank@nps.gov.
1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation.
2. Additional costs outside of the categories identified in the CLIN structure shall be identified in the offerors quote.
3. Quotes shall be valid through 8 August 2019

Please send any questions or comments via email to Matthew Frank with the subject: 140P6219Q0017 OZAR B? FY19 Fuel.

(xvi) For questions regarding this solicitation, please contact Matt Frank at matthew_frank@nps.gov. Please include B?OZAR B? FuelB? in the subject line of emails. All questions must be received by 16:00 CST on 26 June 2019.



List of Attachments:

1. Statement of Work / Spill Plan

Frank, Matthew

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP