The RFP Database
New business relationships start here

Propane Delivery for Ozark National Scenic Riverways (Van Buren, MO)


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

Solicitation Number:
140P6218Q0015
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, 140P6218Q0015, 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) 2005-97 (Effective 24 JAN 2018) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm]

(iv) The associated North American Industrial Classification Standard (NAICS) is 424710 Propane Bulk Stations and Terminals, the small business size standard is 100 employees. This procurement is 100% total small business set-aside.

(v)
CLIN 0010     Propane Delivery Base Year

    Cost per gallon:

CLIN 0020     Propane Delivery Option Year ONE

        Cost per gallon:
        

CLIN 0030 -     Propane Delivery Option Year TWO

Cost per gallon:


(vi) The National Park Service is seeking a quotation for propane delivery to thirty-three propane tanks within Ozark National Scenic Riverways. Estimated yearly usage is 12,600 gallons of propane. Tanks will either be maintained by an auto-fill notification or will-call; each tanks designation is outlined in the attached list (see attachment 1).

(vii) Period of Performance:

Base Year:     1 June 2018 to 31 May 2019
Option Year One    1 June 2019 to 31 May 2020
Option Year Two    1 June 2020 to 31 May 2021

Place of Performance: All tanks are located within Ozark National Scenic Riverways, headquartered in Van Buren, MO. List of exact tank locations is included as an attachment to this combined synopsis and solicitation.

(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.

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 an indefinite delivery, indefinite quantity 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 Include past performance information for three relevant projects that occurred in the past THREE years. Please fill out and submit the Past Performance Data Sheet and include with quote.
2. Price The lowest priced offer with acceptable past performance will be selected.

(x) Offerors shall complete the following section of 52.212-3 Offeror Representations and Certifications 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 Certifications 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), except for paragraphs ____________. (Reference clauses 52.212-3 at http://farsite.hill.af.mil/vmfara.htm)

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

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

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50 Combat Trafficking in Persons
52.225-1 Buy American Supplies
52.225-13 Restrictions on Certain Foreign Purchases
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management


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

Provisions:
52.204-16 --Commercial and Government Entity Code Reporting
52.204-22 Alternative Line Item Proposal
52.217-5 Evaluation of Options

Clauses
52.211-16 Variation in Quantity
52.211-17 -- Delivery of Excess Quantities
52.217-7 Option for Increased Quantity -- Separately Priced Line Item
52.223-3 Hazardous Material Identification and Material Safety Data


52.216-18 Ordering

(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 issued 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

(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 1,000 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 Contractor 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.
(End of Clause)

52.216-21 Requirements

(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 Government s requirements do not result in orders in the quantities described as estimated or maximum 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 Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract 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

(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.

Liability Insurance 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:

Vendor 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)

(xv) Quotes are required to be received NO LATER THAN 16:00 P.M. CST, 7 May 2018. 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 4 June 2018

Please send any questions or comments via email to both Matthew Frank and Neal Hause with the subject: OZAR Propane.

(xvi) For questions regarding this solicitation, please contact Matt Frank at matthew_frank@nps.gov and copy Neal Hause at neal_hause@nps.gov . Please include OZAR Propane in the subject line of emails. All questions must be received by 17:00 CST on 2 May 2018.

List of Attachments:

1. List of tank locations.
2. Past Performance Data Sheet
3. Combined Synopsis Solicitation PDF

Frank, Matthew

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP