View Other Versions: 1090435_01 1090435_02
General Buy Information
Buy #: | 1090435 | |
---|---|---|
Solicitation #: | N00244-22-Q-0034 | |
Buy Description: | Propane Delivery | |
Category: | 91 -- Fuels, Lubricants, Oils, and Waxes | |
Sub Category: | 9140 -- Fuel Oils | |
NAICS: | 221210 -- Natural Gas Distribution | |
SAM Contract Opportunity: | Yes (If Yes, buys prior to 11/2019 were posted to FBO) | |
Set-Aside Requirement: | No Set-Aside Restriction | |
Buyer: | FLC - San Diego | |
End Date: | 01/10/2022 | |
End Time: | 17:00 ET | |
Seller Question Deadline: | 1/10/2022 - 11:00 ET | |
Delivery: | 5 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver) |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s)
Item No | Description | Qty | Unit |
---|---|---|---|
001 | SAN CLEMENTE ISLAND (SCI) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 2600 | Gallons |
002 | WARNER SPRINGS (SERE Camp) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 2300 | Gallons |
003 | NAVAL BASE CORONADO (NBC) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 800 | Gallons |
004 | NAVAL OUTLYING FIELD IB (NOLF-IB) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 200 | Gallons |
005 | SILVER STRAND TRNG CTR (SSTC IB/Coastal Campus) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 2000 | Gallons |
006 | CAMP MICHAEL MONSOON 6. (CAMP MICHAEL MONSOOR) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 2000 | Gallons |
007 | CAMP MORENA (CAMP MORENA) PROPANE DELIVERY (SEE PWS FOR DELIVERY ADDRESS) | 500 | Gallons |
Bidding Requirements
Instructions |
---|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
|
The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
|
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
There is no Set-Aside restriction for this Buy.
|
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
|
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
Buy Terms
Name | Description |
---|---|
Miscellaneous | This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm |
NAICS | The NAICS code is 221210 and the Small Business Standard is 1000. |
FOB Destination | FAR 52.247-34, F.o.b. Destination applies |
Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. |
No partial bids allowed | No partial shipments are permitted unless specifically authorized at the time of award. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
FAR Site | The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ |
52.204-10 | 52.204-10 Reporting Subcontract Awards. |
52.209-2 | Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) |
52.209-10 | Prohibition on Contracting with Inverted Domestic Corporations (May 2012) |
52.212-2 | 52.212-2 Evaluation - Commercial Items. |
52.212-5 | 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. |
52.219-28 | 52.219-28 Post-Award Small Business Program Rerepresentation. |
52.222-3 | 52.222-3 Convict Labor |
52.222-19 | 52.222-19 Child Labor--Cooperation with Authorities and Remedies |
52.222-21 | 52.222-21 Prohibition of Segregated Facilities |
52.222-26 | 52.222-26 Equal Opportunity |
52.222-35 | 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans |
52.222-36 | 52.222-36 Affirmative Action for Workers w/ Disabilities |
52.222-37 | 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. |
52.223-18 | 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) |
52.225-13 | 52.225-13 Restrictions on Certain Foreign Purchases. |
252.211-7003 | 252.211-7003 Item Identification & Valuation (AUG 2008) |
252.212-7001 | 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) |
252.232-7003 | 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. |
252.247-7023 | 252.247-7023 Transportation of Supplies by Sea (MAY 2002) |
252.247-7023 (iv) Alt III | 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. |
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 | 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. |
252.203-7000 | Requirements Relating to Compensation of Former DOD Officials (Sep 2011) |
DFARS Clause 252.203-7998 | Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) |
DFAR Clause 252.203-7999 | Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) |
252.204-7003 | Control of Government Personnel Work Product (April 1992) |
DFARS Clause 252.204-7012 | Safeguarding of Unclassified Controlled Technical Information |
252.209-7998 | Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) |
252.225-7001 | Buy American Act & Balance of Payments (Oct 2011) |
Evaluation Criteria/Basis of Award | Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. |
SAM Requirement | This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: soonest availability of first delivery. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | Single_Award_Instructions.docx | 21 KB | |
002 | Statement_of_Work_SOW.pdf | 175 KB |