Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

91 -- Propane Supply - Bullville, NY

Notice Date
8/14/2020 8:21:51 AM
 
Notice Type
Solicitation
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-R-5053
 
Response Due
8/21/2020 10:00:00 AM
 
Archive Date
09/05/2020
 
Point of Contact
Stephen Burks, Phone: 6095623278, Sharon Wilson-Emmons, Phone: 6095626405
 
E-Mail Address
stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil
(stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil)
 
Description
***Due date for proposals is extended to 21 August 2020 at 1PM EST.� Please see Amendment W15QKN-20-R-5053_0001. ***There has also been a change in the Statement of Work - Please see attached SOW revision labeled� SOW Propane Bullville NY011 Revision 1 08_14_2020. 1.� The United States Army Contracting Command � New Jersey (ACC-NJ) has a requirement in support of the 99th Readiness Division (RD), Directorate of Public Works for Propane Supply and Delivery to SSG Frederick J. Ill Jr. USARC (NY011), 2500 New York Route 17K, Bullville, NY 10915-0277.� The contractor shall furnish all labor, equipment, materials, supervision, transportation and technical guidance to provide propane delivery to the location in accordance with the Statement of Work (SOW). The contractor shall perform to the standards in the contract as well as all local, state and federal regulations. � 2.� The Government intends to award a single, Firm-Fixed-Price (FFP) contract with Economic Price Adjustments (EPA). The Period of Performance for this effort shall be one (1), 12-month base period and four (4), 12-month option periods from the date of contract award. � 3.� All supplies shall be delivered in accordance with the Statement of Work (SOW). � 4.� Contractor must have an �Active� registration in System for Award Management (SAM) to be considered for award.� To obtain information on SAM or to register with SAM visit the web site at:� https://www.beta.sam.gov/.����������� 5.� See Federal Acquisition Regulation (FAR) Clause 52.212-1, ""Instructions to Offerors -- Commercial Items"" and FAR 52.212-1, Addendum for additional information. This solicitation is being issued under FAR Part 12 utilzing FAR Part 13 procedures � 6.� Questions shall be emailed to the Contract Specialist, Stephen Burks at stephen.L.burks.civ@mail.mil AND the Contracting Officer, Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil no later than August 14, 11:00 AM EST.� Questions must specify the section or paragraph of the Statement of Work (SOW) for which the clarification is desired.���� � 7. Contractor offers shall be submitted via email to the Contract Specialist, Stephen Burks at stephen.L.burks.civ@mail.mil AND the Contracting Officer, Sharon Wilson-Emmons at sharon.wilsonemmons.civ@mail.mil.� Offerors must submit a Price Proposal. The price of propane should include the actual price of fuel, plus any markup costs. All prices will be based on the Butane-Propane News, Inc (BPN) Index. (If vendors are not using BPN they must provide Index being utilized and price breakdown of unit price and markup must be supplied).� � All offers shall include the following:������������������������������ ��� Pricing:���������� � a. Pricing for all Contract Line Item Numbers (CLINs). Unit price and total price should also be included.����������� b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of� 221210.������� c. Complete blocks 17 and 30 of the SF1449 as well as any amendments. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Proposal or Quote.������� d.� Copy of insurance certificate meeting minimum requirements identified in Federal Acquisition Regulation (FAR) Subpart 28.307-2.��������� � 8. All offers shall remain valid for 120 calendar days.����������� 9. Multiple offers will not be accepted. 10. Attachment:������������������ - Site Map:� Bullville Tank Location 1 - Site Map:� Bullville Tank Location 2 - Picture: DSC_0267 - Picture: DSC_0267 (1) � � ��� II. BASIS FOR AWARD / EVALUATION CRITERIA 1. The Government will award a contract resulting from this solicitation to the lowest responsible, responsive offer whose price is the lowest evaluated price. The Government will evaluate past performance for responsibility. See FAR 52.212-5 Evaluation Commerical Items.� Failure to provide all of the above information may render your proposal non-responsive.� The Government intends to award a single Firm-Fixed-Price (FFP) contract with Economic Price Adjustments (EPA). � 2.� The Government intends to award a contract without discussions with respective offerors, so offerors should submit their best offer initially.� The Government, however, reserves the right to conduct discussions if deemed in its best interest.����������� 3.� Award shall be made to a single contractor. Award will be made to the lowest priced technically acceptable, responsible offeror that meets the requirements of the Statement of Work (SOW)/attachments and this solicitation.���������������� ��� A. PRICE:���������� 1.� Proposals will include unit prices for each line item listed and a total price, in order that proposals may be properly evaluated; completed SF1449 and any amendments; insurance certificate IAW FAR Subpart 28.307-2.����������� 2.� The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLINs) for the total evaluated price. In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the intended price multiplied by the number of units. If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price.�������������� ��� B.� The Past Performance Information Retrieval System and Federal Awardee Performance & Integrity Information Systems as well any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR Subpart 9.104.������������� ��� C.� Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.������������� ��� D.� The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price.� Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability under the non-price factor(s) according to the evaluation criteria set forth in paragraph 3 of this section.� If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review proposals in order of price until evaluating one that is technically acceptable and eligible for award.� The Government reserves the right to conduct additional technical evaluations as deemed necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8815e11f8c0141e5a4704c8b5b29c567/view)
 
Place of Performance
Address: Bullville, NY 10915, USA
Zip Code: 10915
Country: USA
 
Record
SN05759421-F 20200816/200814230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.