Fuel Storage Tanks and Fuel Deliveries
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Fuel Storage Tanks and Fuel Deliveries
Classification Code: 91 - Fuels, lubricants, oils & waxes
Solicitation Number: 70FBR619R00000043
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 2745 Byrd StreetBeeville, TX
Place of Performance (zipcode): 78102
Place of Performance Country: US
Description:
Region VI
Request for Quote FEMA 70FBR619Q00000043 Lease of Fuel Tank and Fuel Deliveries This is a combined synopsis/solicitation for commercial items / non-personal services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number 70FBR619Q00000043 is issued as a Request for Quote (RFQ) to fulfill a requirement at
The anticipated period of performance is 6 months from date of award, with two (2) six-month option periods. This solicitation is 100% Small Business set-aside for local businesses in accordance with the Robert T. Stafford Act (42 U.S.C. 5150), and FAR 26.2 Disaster or Emergency Assistance Activities, and is set-aside for Small Businesses that reside or primarily do business within the disaster declared
Items Full Description and terms listed within the Attachment 70FBR619Q00000043 and SOW
Items: 0001 Fuel Tank Initial Set up Fee & Pickup Upon Completion 2 EA 0002 Storage
Period of Performance: One- 6 month base from time of award with two six-month Option Periods Estimated start base period
The purchase order will be awarded to a responsible contractor who provides the "Lowest-Priced-Technically-Acceptable" (LPTA). The following factors will be used to evaluate quotes: Technical Acceptability 1) Minimum requirements are listed in the attached Statement of Work, (SOW), and are incorporated into this solicitation. 2) Preference will be given to those small businesses that reside in the DR-4332-TX Declared Disaster Area and will be verified prior to selection. Attachment 1 Disaster Area Set-Aside1 FAR 52.226-3(b)- Disaster or Emergency Area Representation (
Non-local vendors are welcomed to bid, however local preference will be given to local vendors residing or primarily doing business in the disaster affected area DR4332TX which will be verified prior to selection for award.
3) Past Performance must be in good standing and eligible to receive an award.
4) Contractor must have an active registration in the System for Award Management (SAM) and have a valid Dun and Bradstreet number (DUNS) https://www.sam.gov.
5) Contractor must NOT have an exclusion in the Exclude Parties List System (EPLS) and are not listed on the list of parties excluded from the Federal Procurement or otherwise ineligible to receive an award.
6) Price will be evaluated for reasonableness. All proposals shall contain the minimum information required under FAR 52.212-1, Instructions to Offerors, Commercial Items (
Award decision will be based on the lowest evaluated price from the responsible offeror whose quote is "responsive" and found technically acceptable.
Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract with or without informal discussions. Therefore, each initial quotation should contain the offerors best terms from a technical capability, and price standpoint. However, the Government reserves the right to conduct informal discussions if it is later determined by the Contracting Officer to be necessary.
The contractor must provide Point of contact (POC). The name of the POC, email and telephone number must be submitted with their quote/offer.
Questions in regard to this Solicitation will be allowed via email until
SUPPLIES OR SERVICES Items are listed for quote as shown on attachment 70FBR619Q00000043
Note: Offeror's may use another format for submission of quotes. However, all quotes shall contain the minimum information required under Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offeror's, Commercial Items (Oct 2018).
A - Solicitation/Contract Form 52.204-17 Ownership or Control of Offeror. (
C - Description/Specifications
NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the
D - Packaging and Marking
E - Inspection and Acceptance
F - Deliveries or Performance 52.211-17 Delivery of Excess Quantities. (
Technical Direction and Surveillance TECHNICAL DIRECTION AND SURVEILLANCE (a) Performance of the work under this contract shall be subject to the surveillance and written technical direction of the Contracting Officer's Representative (COR) who shall be specifically appointed by the Contracting Officer in writing. Technical direction is defined as a directive to the Contractor which approves approaches, solutions, designs, or refinements; fills in details or otherwise completes the general description of work of documentation items; shifts emphasis among work areas or tasks; or otherwise furnishes guidance to the Contractor. Technical direction includes the process of conducting inquiries, requesting studies, or transmitting information or advice by the COR, regarding matters within the general tasks and requirements in the statement of work for this contract. (b) The COR does not have the authority to, and shall not, issue any technical direction which: (1) Constitutes an assignment of additional work outside the Statement of Work; (2) Constitutes a change as defined in the contract clause entitled "Changes"; (3) In any manner causes an increase or decrease in the total estimated contract cost, the fixed fee (if any), or the time required for contract performance; (4) Changes any of the expressed terms, conditions, or specifications of the contract; or (5) Interferes with the Contractor's right to perform the specifications of the contract. (c) All technical directions shall be issued in writing by the COR. (d) The Contractor shall proceed promptly with the performance of technical directions duly issued by the COR in the manner prescribed by this clause and within his/her authority under the provisions of this clause. Any instruction or direction by the COR which falls within one, or more, of the categories defined in (b)(1) through (5) above, shall cause the Contractor to notify the Contracting Officer in writing within five (5) working days after receipt of any such instruction or direction and shall request the Contracting Officer to modify the contract accordingly. Upon receiving the notification from the Contractor, the Contracting Officer shall either issue an appropriate contract modification within a reasonable time or advise the Contractor in writing within thirty (30) days after receipt of the Contractor's Letter that: (1) the technical direction is rescinded in its entirety (2) the technical direction is within the scope of the contract, does not constitute a change under the "Changes" clause of the contract and that the Contractor should continue with the performance of the technical direction. (e) A failure of the Contractor and Contracting Officer to agree that the technical direction is within scope of the contract, or a failure to agree upon the contract action to be taken with respect thereto shall be subject to the provisions of the "Disputes" clause of this contract. (f) Any action(s) taken by the Contractor in response to any direction given by any person other than the Contracting Officer or the COR shall be at the Contractor's risk. IDENTIFICATION OF GOVERNMENT OFFICIALS IDENTIFICATION OF GOVERNMENT OFFICIALS (
I - Contract Clauses
52.202-1 Definitions. (
J - List of Documents, Exhibits and Other Attachments
Attachment Number Title Date 1 Attachmet 1 SOW for Fuel Management Control
K - Representations, Certifications, and Other Statements of Bidders
52.204-19 Incorporation by Reference of Representations and Certifications. (
L - Instructions,Conditions, and Notices to Bidders
Notice of Filing Requirements for Agency Protests 52.204-7 System for Award Management. (
M - Evaluation Factors for Award
The purchase order will be awarded to the responsible contractor who provides a quote that is the "Lowest Priced Technically Acceptable" (LPTA). The following factors will be used to evaluate quotes: Technically Acceptable 1). Minimum requirements are listed in the attached Statement of Works, (SOW), and are incorporated into this solicitation. 2). Preference will be given to the small businesses that reside in the DR-4432 TX Declared Disaster area and will be verified prior to selection. Non-local vendors are welcomed to bid, however preference will be given to the local vendors residing or primarily doing business in the disaster affected area DR4332TX, verified prior to selection for an award. 3). Past Performance must be in good standing and eligible to receive an award. 4). Contractor must have an active registration in the System for Award Management (SAM) and have a valid Dun and Bradstreet number (DUNS) http://www.sam.gov. 5). Contractor must NOT have an exclusion in the Excluded Parties List System (EPLS) and are not listed on the list of parties excluded from the Federal Procurement or otherwise ineligible to receive an award. 6). Price will be evaluated for reasonableness. In accordance with FAR 52.212-2 (
Link/URL: https://www.fbo.gov/spg/DHS/FEMA/RegVI/70FBR619R00000043/listing.html
New Colo. law caps monthly insulin co-pays at $100
PG&E creates $105 million housing fund to help wildfire victims
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News