View Other Versions: 1160625
General Buy Information
Buy #: | 1160625_01 | |
---|---|---|
Solicitation #: | W911S8-24-Q-0004 | |
Buy Description: | YTC Propane Delivery (Master BPA) | |
Category: | 68 -- Chemicals and Chemical Products | |
Sub Category: | 6830 -- Gases: Compressed and Liquefied | |
NAICS: | 324110 -- Petroleum Refineries | |
SAM Contract Opportunity: | Yes (If Yes, buys prior to 11/2019 were posted to FBO) | |
Set-Aside Requirement: | Small Business | |
Buyer: | MICC Joint Base Lewis McChord | |
End Date: | 12/22/2023 | |
End Time: | 14:00 ET | |
Seller Question Deadline: | 12/20/2023 - 11:00 ET | |
Delivery: | Special Delivery Instructions - See Buy Terms | |
Repost Reason: |
Adding TE-1 YTC Detailed List Propane tanks attachment. This attachment lists number and size capacity of propane tanks.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason. |
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) Base
Base Period of Performance: | 02/01/2024 - 01/31/2027 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | PERIOD OF PERFORMANCE: 1 JANUARY 2024- 31 DECEMBER 2024. Propane Delivery (Heating Fuel) Blanket Purchase Agreement. Contractor shall deliver approximately 13,250 gallons (+/-) of propane to the storage tanks listed in accordance with performance work statement and BPA Terms and Conditions per year. (39,750 gal +/- for 3 years). INCLUDE INITIAL PRICE PER GALLON IN RESPONSE. Please see the following attachments. Additionally, a part of the plan the prime contractor shall include response time within 3 hours to the specific location on YTC. The prime contractor needs to respond in the timely matter for this reason, in order to help emergency conditions though out the year. Please read attachments. | 13250 | Gallon |
002 | PERIOD OF PERFORMANCE: 1 JANUARY 2025- 31 DECEMBER 2025. Propane Delivery (Heating Fuel) Blanket Purchase Agreement. Contractor shall deliver approximately 13,250 gallons (+/-) of propane to the storage tanks listed in accordance with performance work statement and BPA Terms and Conditions per year. (39,750 gal +/- for 3 years). INCLUDE INITIAL PRICE PER GALLON IN RESPONSE. Please see the following attachments. Additionally, a part of the plan the prime contractor shall include response time within 3 hours to the specific location on YTC. The prime contractor needs to respond in the timely matter for this reason, in order to help emergency conditions though out the year. Please read attachments. | 13250 | Gallon |
003 | PERIOD OF PERFORMANCE: 1 JANUARY 2026- 31 DECEMBER 2026. Propane Delivery (Heating Fuel) Blanket Purchase Agreement. Contractor shall deliver approximately 13,250 gallons (+/-) of propane to the storage tanks listed in accordance with performance work statement and BPA Terms and Conditions per year. (39,750 gal +/- for 3 years). INCLUDE INITIAL PRICE PER GALLON IN RESPONSE. Please see the following attachments. Additionally, a part of the plan the prime contractor shall include response time within 3 hours to the specific location on YTC. The prime contractor needs to respond in the timely matter for this reason, in order to help emergency conditions though out the year. Please read attachments. | 13250 | Gallon |
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 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.
|
||
This Blanket Purchase Agreement (“BPA”) is intended to establish terms under which awardees will offer products and/or services in response to subsequent BPA calls from a Buyer. Where applicable, the terms of the BPA shall be based on the awardee’s contract vehicle. The Buyer intends to award either a single BPA or multiple BPAs for the same or similar products and/or services to one or more sources under this Buy unless specified in the Buy Terms section.
|
||
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
|
||
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.)
|
||
|
||
The Buyer has provided special instructions for delivery – See Buy Terms.
|
||
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.
|
Buy Terms
Name | Description |
---|---|
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) AND SIZE STANDARD | In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (324110, Petroleum Refineries) with an applicable small business size standard of (1,500 Employees). |
CONTRACTING OFFICER'S AUTHORITY | The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. |
AGENCY PROTEST PROCEDURES | If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 |
AMC-LEVEL PROTEST PROGRAM | If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. |
QUOTES | Quotes MUST be valid for 30 days after Request for Quote/solicitation’s closing date. |
QUOTE CLARIFICATIONS | Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. |
CONTACT INFORMATION | Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. |
EVALUATION OF QUOTES: LOWEST PRICE TECHICALLY ACCEPTABLE | In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | PWS_YTC_Propane_BPA_Unison_Rev_12_11.pdf | 207 KB | |
002 | BPA_Terms_and_Conditions_YTC_12_11.pdf | 237 KB | |
003 | TE-2_YTC_Deliverables_12_11.pdf | 58 KB | |
004 | W911S8-24-A-0004_YTC_Propane_BPA_Combined_Synopsis_Sol_12_11.pdf | 795 KB | |
005 | TE-1_YTC_Detailed_List_Propane_tanks_11_17_Redacted.pdf | 79 KB |