Kansas Bids > Bid Detail

Propane Supply Delivery, Fort Riley Kansas

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159120952337942
Posted Date: Mar 8, 2023
Due Date: Mar 20, 2023
Solicitation No: W911RX-23-Q-0002
Source: https://sam.gov/opp/ea635d5f6f...
Follow
Propane Supply Delivery, Fort Riley Kansas
Active
Contract Opportunity
Notice ID
W911RX-23-Q-0002
Related Notice
W911RX-23-Q-0002
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FT RILEY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2023 04:45 pm CST
  • Original Date Offers Due: Mar 20, 2023 09:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Fort Riley , KS 66442
    USA
Description

The Contractor will deliver propane as required. The estimated quantity is a “Not to Exceed” amount. Delivery shall be on an automatic fill (keep fill) basis. The Contractor shall be responsible for monitoring usage at each tank location to ensure that no tank drops below 30% full. Contractor may use degree-day prediction system to preclude outages. Deliveries shall be documented by metered delivery tickets, which clearly identify the tank number and building number where the propane gas was delivered.



1. RFQ Information. IAW FAR 12.603, the following information applies to this RFQ as appropriate:



A. FAR 5.207 Required Synopsis Information not already included elsewhere –



North American Industry Classification Code (NAICS) 325120, Industrial Gas Manufacturing



Product or Service Code 6830



Contracting Office Address: MICC-Fort Riley



ATTN: Philip E Melton, Contracting Specialist



1792 12th St.Fort Riley, KS 66442



Contact Point of Contact: Philip E. Melton, Contract Specialist



E-mail: philip.e.melton.civ@mail.mil



Place of Contract Performance



Fort Riley, KS 66442



B. This is a solicitation for commercial items 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.



C. The following Request for Quote (RFQ) is competed in accordance with (IAW) FAR Part 13.5, Test Program for Certain Commercial Items. FAR Part 13, Simplified Acquisition Procedures, and/or FAR Part 12, Commercial Items as applicable.



D. RFQ incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-97.



E. Type of Small Business Set-Aside, applicable NAICS and associated Small Business Size Standard –



i. This solicitation is a Small Business set-aside and only qualified vendors can quote.



ii. Vendor must be registered in SAM with NAICS Code 325120, Industrial Gas Manufacturing, or a closely associated NAICS.



This RFQ requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



iii. Applicable Small Business Size Standard for NAICS 325120 is 1000 Employees.



F. The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, to provide delivery of Propane, to Fort Riley, Kansas at various locations on the installation.



G. IAW FAR 13.106-2(a)(1), all pricing submitted shall be inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Any award from this RFQ will be FOB Destination.



H. Regardless of any other provisions or clauses included in this RFQ, the following provisions and clauses apply to all acquisitions of commercial items and can be found within this RFQ either in full text or included by reference: Provisions 52.212-1, Instructions to Offerors – Commercial; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items and Clauses 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items.



I. Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included within this RFQ or attached as either exhibits or attachments.



J. Amendments to this RFQ will be issued in the same manner as the initial RFQ with the exception that the amendment shall be identified under the Solicitation Number with the words “Amendment #” followed by the sequential number beginning with 01 and proceeding as necessary until the RFQ response date.



K. All RFQ responses shall include the following corporate information with your quote for 1 base year and 4 one-year Option periods: (see Attachment 3: Request For Quote Format)



Company Name:



POC:



Phone:



Email Address:



CAGE Code:



DUNS Number:



Tax ID Number:





L. Payment Discounts



The contractor may agree to a discount offered to the Government for prompt payment. See 52.212-4 (i) Payment, for discount payment information. Make a selection below if you agree or do not agree.



____Yes, contractor agrees to offer the Government a prompt payment discount of ________% for ______ days, Net 30. This discount will be deducted from total invoice price if payment is made within discount period.



____No, contractor does not agree to offer the Government any discounts for prompt payment.



2. Evaluation Procedures



A. Evaluations will be completed IAW FAR 13.106-2(b) -- Evaluation of Quotations or Offers.



(1) The contracting officer has broad discretion in fashioning suitable evaluation procedures. The procedures prescribed in parts 14 and 15 are not mandatory. At the contracting officer’s discretion, one or more, but not necessarily all, of the evaluation procedures in Part 14 or 15 may be used.



(2) If telecommuting is not prohibited, agencies shall not unfavorably evaluate an offer because it includes telecommuting unless the contracting officer executes a written determination in accordance with FAR 7.108(b).



(3) If using price and other factors, ensure that quotations or offers can be evaluated in an efficient and minimally burdensome fashion. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance --



(i) Does not require the creation or existence of a formal data base; and



(ii) May be based on one or more of the following:



(A) The contracting officer’s knowledge of and previous experience with the supply or service being acquired;



(B) Customer surveys, and past performance questionnaire replies;



(C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or



(D) Any other reasonable basis.



(4) For acquisitions conducted using a method that permits electronic response to the solicitation, the contracting officer may—



(i) After preliminary consideration of all quotations or offers, identify from all quotations or offers received one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability; or



(ii) Where an evaluation is based only on price and past performance, make an award based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer.



C. Determination of Responsibility



The Contracting Officer shall determine that a prospective contractor is responsible IAW Subpart 9.1. To be determined responsible, a prospective Contractor must:



Have adequate financial resources to perform the contract, or the ability to obtain them;



Vendors shall provide the Contracting Officer with the relevant corporate financial information contained within this RFQ if applicable or required. Failure to provide the financial information required with the quote shall be the basis to determine the vendor as non-responsible and eliminated from the award process;



Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;



Have a satisfactory performance record. A prospective Contractor shall not be determined responsible or not responsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2. The Contracting Officer may obtain a Certificate of Competency from the Small Business Administration if the offeror has no relevant past performance. Relevancy is defined as having performed contracts successfully under NAICS 325120 as a prime contractor.



A review of the System for Award Management, SAM.gov, show no active exclusions or debarments.



Have a satisfactory record of integrity and business ethics.



A review of the FAPPIS website returns no negative reviews or terminations.



Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors).



Have the necessary equipment and facilities, or the ability to obtain them.



Be otherwise qualified and eligible to receive an award under applicable laws and regulations.



D. Pricing Evaluation and Price Related Factors



IAW FAR 13.106-3 the Contracting Officer shall determine that the prices offered are fair and reasonable before awarding the contract.



As part of price evaluation if applicable, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror’s final option period price to the offeror’s total price. Vendors are required only to price the base and option periods. Vendors shall not submit a price for the potential six-month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 1792 12TH STREET
  • FORT RILEY , KS 66442-0248
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >