Federal Bid

Last Updated on 08 Apr 2020 at 3 AM
Combined Synopsis/Solicitation
Nellis air force base Nevada

Creech Propane IDIQ

Solicitation ID F3G3JF0049AW01
Posted Date 17 Mar 2020 at 2 PM
Archive Date 07 Apr 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states 89191

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Request for Quote (RFQ):      F3G3JF0049AW01

This combined synopsis/solicitation is issued as a Request for Quote (RFQ). A Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number: 2005-96 effective 06 November 2017.

This combined synopsis/solicitation (RFQ) is being issued as follows:

100% Small Business Set-Aside

NAICS:  221210 - Distribution of Natural Gas

Please fill in the following information in the space provided below:

Contractor Name/Address Information

CAGE Code

(Mandatory):

DUNS Number

(Mandatory)

Tax ID #

(Mandatory):

TABLE 1.0

Item

Description

Estimated Quantity

Unit of Issue

Unit Price

Total

 

0001

 

Propane

350,000

Gallons

0002

 

Propane

350,000

Gallons

0003

 

Propane

350,000

Gallons

0004

 

Propane

350,000

Gallons

0005

 

Propane

350,000

Gallons

Quote Expiration:___________________________

TOTAL:

 

The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items or services necessary to service propane tanks as defined in this performance work statement (PWS).  Service shall be performed at Creech AFB (located approximately 45 miles North of Las Vegas on Hwy 95).

Please reference the Delivery Order Year Schedule in Table 2.0 below and the attached PWS for more detailed delivery information.

 

Table 2.0

Order Year

Delivery Schedule

1

1 May 2020 -  30 April 2021

2

1 May 2021 -  30 April 2022

3

1 May 2022 -  30 April 2023

4

1 May 2023 -  30 April 2024

5

1 May 2024 -  30 April 2025

 

Delivery Location:  Creech AFB, NV

FOB Point: Destination

FAR 52.212-1 Addendum

FAR 52.212-1, paragraph (b) is changed to read: Offers may be submitted proposal by e-mail to [email protected], or mail to:

99 CONS/PKC

5865 Swaab Blvd. Bldg. 588

Nellis AFB, NV 89191-7063

Address questions regarding this synopsis/solicitation no later than 10:00 AM, Pacific Daylight Time on Friday 13 March 2020 to Cha-on Gordon by email at [email protected]

 

The Contract Specalist will answer all questions regarding this synopsis/solicitation no later than 10:00 AM, Pacific Daylight Time on Wednesday 18 March 2020 to Cha-on Gordon by email at [email protected]

Proposal Closing Date: Quotes must be received not later than 10:00 AM, Pacific Daylight Time on Thursday 23 March 2020.

FAR 52.212-1, paragraph (c), is changed to read: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

Technical Factor

All Offeror's shall provide a Spill Response Plan in accordance with the paragraph 3.2.of the attached Performance Work Statement.  In order to meet this technical factor, a Spill Response Plan shall be clear, concise, and include the offeror’s response procedures for spill(s) in accordance with all state, federal, and Environmental Protection Agency (EPA) rules and regulations for coverage of spills.

Price Factor

  1. Offeror’s shall provide a completed Table 1.0.

52.212-2     EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

  1. Technical – To be determined technically acceptable the contractor shall provide Spill Response Plan in accordance Paragraph 3.2 of the attached Performance Work Statement.
     
  2. Price – The total proposed price is calculated by multiplying the estimated quantity by the offeror’s proposed price per gallon. This will be the total evaluated price (TEP).
     

Award will be made on the basis of the lowest evaluated price of all quotes submitted IAW this RFQ and is determined technically acceptable.

52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2019)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.: 

FAR 52.212-4 – Terms and Condition – Commercial Items (Oct 2018):  Applies to this acquisition.

FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2020):  Applies to this acquisition.

The following FAR clauses cited are applicable to this acquisition:  52.203-6, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.225-13, and 52.232-33.

FAR 52.252-1 – Solicitation Provisions Incorporated by Reference (Feb 1998):  This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:  https://www.acquisition.gov/

FAR 52.252-2 – Clauses Incorporated by Reference (Feb 1998):  This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:  https://www.acquisition.gov/

FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

252.216-7006  Ordering.

ORDERING (SEP 2019)

      (a)  Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 1 May 2020 through 30 April 2025.

      (b)  All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

      (c)(1)  If issued electronically, the order is considered “issued” when a copy has been posted to the Electronic Data Access system, and notice has been sent to the Contractor.

              (2)  If mailed or transmitted by facsimile, a delivery order or task order is considered “issued” when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services.

              (3)  Orders may be issued orally only if authorized in the schedule.

(End of clause)

52.216-19 Order Limitations.

Order Limitations (Oct 1995)

      (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $3,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

      (b) Maximum order. The Contractor is not obligated to honor-

           (1) Any order for a single item in excess of $2,500,000.00;

      (c)If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

      (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 Indefinite Quantity.

Indefinite Quantity (Oct 1995)

      (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

      (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.”

      (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

      (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 April 2026.

(End of clause)

DFARS 252.232-7006 - WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(a)  Definitions.  As used in this clause—

      “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.

      “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

      “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.

      “Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

      (b)  Electronic invoicing.  The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

      (c)  WAWF access.  To access WAWF, the Contractor shall—

              (1)  Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

              (2)  Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

      (d)  WAWF training.  The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

      (e)  WAWF methods of document submission.  Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

      (f)  WAWF payment instructions.  The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

              (1)  Document type.  The Contractor shall submit payment requests using the following document type(s):

     (i)  For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

     (ii)  For fixed price line items—

             (A)  That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

Combination (COMBO), After each delivery

             (B)  For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.

              (Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report document type(s) for fixed price line items for services.)

     (iii)  For customary progress payments based on costs incurred, submit a progress payment request.

     (iv)  For performance based payments, submit a performance based payment request.

     (v)  For commercial item financing, submit a commercial item financing request.

              (2)  ) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.

      (f)  [Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]

              (3)  Document routing.  The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

--------------------------------------------------------------------------------------------

Field Name in WAWF                                   Data to be entered in WAWF

--------------------------------------------------------------------------------------------

Pay Official DoDAAC                                   F87700

Issue By DoDAAC                            FA4861

Admin DoDAAC                               FA4861

Inspect By DoDAAC                         F3G3JF

--------------------------------------------------------------------------------------------

              (4)  Payment request.  The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

              (5)  Receiving report.  The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

      (g)  WAWF point of contact.

              (1)  The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.

[email protected]

              (2)  Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

   

   

5352.242-9000 Contractor Access to Air Force Installations 

As prescribed in AFFARS 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts:

CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019) 

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program] citing the appropriate paragraphs as applicable.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

(f) Failure to comply with these requirements may result in withholding of final payment.

(End of clause)

The following additional provisions or clauses are specific to this particular requirement:

FAR 52.212-1 – Instructions to Offerors—Commercial Items

FAR 52.232-33 – Payment by Electronic Funds Transfer—System for Award Management

DFARS 252.203-7000 – Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 – Representation Relation to Compensation of Former DoD Officials

DFARS 252.223-7006 – Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials

DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.243.7001 – Pricing of Contract Modifications

DFARS 252.243.7002 – Requests for Equitable Adjustment

Attachment 1- Performance Work Statement (PWS)

Attachment 2 – Creech AFB Propane List

Bid Protests Not Available

Similar Past Bids

Nevada 25 Sep 2017 at 11 PM
Location Unknown 14 Sep 2017 at 11 PM
Location Unknown 19 Nov 2010 at 2 AM
Location Unknown 17 Jun 2011 at 11 PM
Location Unknown 26 Aug 2011 at 9 PM

Similar Opportunities

Indian springs Nevada 06 Jun 2026 at 4 AM (estimated)
Indian springs Nevada 08 May 2026 at 4 AM (estimated)
Location Unknown 11 Mar 2026 at 4 PM
Location Unknown 29 Jul 2025 at 4 PM