California Bids > Bid Detail

Diesel & Unleaded for Lassen Volcanic NP (LAVO)

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159215524957855
Posted Date: Nov 30, 2022
Due Date: Dec 15, 2022
Solicitation No: 140P8423Q0004
Source: https://sam.gov/opp/d5d9c957b6...
Follow
Diesel & Unleaded for Lassen Volcanic NP (LAVO)
Active
Contract Opportunity
Notice ID
140P8423Q0004
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
PWR PORE MABO (84000)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 30, 2022 02:18 pm PST
  • Original Date Offers Due: Dec 15, 2022 04:30 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9140 - FUEL OILS
  • NAICS Code:
    • 324199 - All Other Petroleum and Coal Products Manufacturing
  • Place of Performance:
    Mineral , CA 96063
    USA
Description
DIESEL & UNLEADED FUEL FOR LASSEN VOLCANIC NATIONAL PARK
This is a combined synopsis/solicitation for the supply and delivery of commercial products, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ) with the number 140P8423Q0004. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2022-08 (effective October 28, 2022). Contractors are responsible to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov.

The acquisition is a 100% total small business set-aside. The North American Industrial Classifications System (NAICS) code is 324199 with the size standard of 500 employees or less.
The National Park Service (NPS) contemplates award of a firm fixed price purchase order as a result of this combined synopsis/solicitation to the responsible offeror whose quotation will be most advantageous to the Government, price and past performance considered.

(1) DESCRIPTION. The National Park Service (NPS), Lassen Volcanic National Park, Tehama County, California, has a requirement for the supply and delivery of:

00010 Regular Unleaded Gasoline, 87 Octane; Estimated Quantity: 10,000 gallons
00020 CARB Diesel (ULSD), Clear; Estimated Quantity: 18,000 gallons

The Contractor shall deliver fuel to aboveground storage tanks and fuel tanker truck located at the Mineral Headquarters and Manzanita Lake fueling sites. Location address and descriptions are listed below. The Contractor will deliver to specified area on a will-call basis with a response time within 48 hours of request. Contractor shall ensure the delivery driver contacts the NPS prior to each delivery to confirm delivery location, fuel type, and quantity prior to delivery. Fuel tanks shall not be filled beyond 90 percent capacity. The period of performance is January 5, 2023 to October 31, 2023.

Mineral Headquarters Area
38050 Highway 36 East
Mineral, CA 96063

The Mineral Headquarters Area is located Approximately 38 miles east of Red Bluff on highway 36 (1/2 mile west of the town of Mineral). Follow the signs to the ¿Receiving¿ area after entering the compound. Please note this location is located outside the park boundary.

Manzanita Lake Maintenance Area
39489 Highway 44
Shingletown, CA 96088

The Manzanita Lake Maintenance Area is located on Highway 89 near the Northern entrance to Lassen Park. The Manzanita Lake Maintenance Area and fuel tanks are located approximately ¼ mile south of the Highway 89/Highway 44 junction down a service road on the right hand side of the highway (if you get to the entrance booth you have gone too far).

Kohm-Yah-Mah-Nee Visitor Center
Lassen Park Highway (CA. State Hwy. 89)
Mineral, CA 96063

Lassen Volcanic National Park fuel tanker truck is parked in the public parking lot for transfer of clear diesel into snow removal equipment.

(2) INSPECTION/ACCEPTANCE AND QUALITY CONTROL. The Contracting Officer may delegate inspection and acceptance to a designated NPS Representative who will review invoices and certify acceptance of goods received. Payments will only be made for actual items delivered.

(3) CLAUSES & PROVISIONS.
CLAUSES (apply to awarded contract):
52.252-2, Contract Clauses Incorporated by Reference. (FEB 1998) This contract 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.
The full text of a clause may be accessed electronically at this address: www.acquisition.gov/far.
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017);
52.204-13, System for Award Management Maintenance (Oct 2018);
52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020);
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014);
52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021);
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business subcontractors (Nov 2021);
52.242-15, Stop-Work Order (Aug 1989).
52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2022)

All paragraph (a) clauses incorporated;

Paragraph (b): The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644).
52.219-28, Post Award Small Business Program Rerepresentation (OCT 2022) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (JUN 2003) (E.O.11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2022) (E.O.13126).
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222-26, Equal Opportunity (SEP 2016) (E.O.11246).
52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).
52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83).
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332).
No paragraph (c) clauses incorporated; no paragraph (d) clauses incorporated; all paragraph (e)(1) clauses incorporated.

(4) ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Internet Payment Platform (IPP) (April 2013).
Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (www.ipp.gov).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://ipp.for.fiscal.treasury.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice (upload your business invoice as an attachment to the IPP invoice before you click SUBMIT in IPP).
(a) vendors standard invoice, including the following elements:
(1) Name and address of the contractor
(2) Invoice date and invoice number
(3) Contract/purchase order number
(4) Description, quantity, unit of measure, unit price, and extended price of fuel delivered
(5) Date of Delivery
(6) Name (where practicable), title, phone number, and mailing address of person to notify in
the event of an improper invoice.
(b) Copy of OPIS (Chico) Daily Rack Average for date of delivery

Vendor¿s failure to attach the required documentation as specified above will result in the IPP invoice being rejected.
The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date.
Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849).

Contractor Performance Assessment Reporting System (November 2015)
In accordance with DOI and NPS policy, past performance evaluations may be prepared for this acquisition. For more information see the Contractor Performance Assessment Reporting System (CPARS), available online at https://cpars.gov/.

PROVISIONS (apply to this solicitation):

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: www.acquisition.gov/far.
52.204-7, System for Award Management (Oct 2018) - Offerors must be actively registered in the SAM.gov on-line database, at website address www.sam.gov.
52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.212-1, Instructions to Offerors - Commercial Items (Nov 2021)
52.225-2, Buy American Certificate (Oct 2022)
52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021)
Addenda to the clause 52.212-2, Evaluation-Commercial Products and Commercial Services:
(a) Evaluation will be made in accordance with the simplified acquisition procedures outlined in FAR Part 13.106. (b) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotations:
(i)        technical capability of Contractor based on relevant jobs successfully completed
(ii)        past performance
(iii)        price.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer¿s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Quote MUST be good for 30 calendar days after close of this solicitation. The government reserves the right to cancel this solicitation.

(5) QUESTIONS REGARDING THIS REQUEST FOR QUOTE must be submitted in writing via email (phone or fax questions will not be accepted) no less than three (3) business days before the response date. Send email question(s) to jack_northcutt@nps.gov and reference the Request for Quote number in the subject line of the email, e.g., ¿140P8423Q0004/QUESTION.¿
(6) QUOTATION PACKAGE (What to Submit)
NOTE: To be eligible for award, offerors must have an active online SAM record at http://www.sam.gov at the time of offer. SAM registration is completely free of charge.
(6.1)        Submit Standard Form 18 (SF-18), Request for Quotations, with blocks 13 through 16 on the first page completed. An official having the authority to contractually bind the company must sign the SF-18 in accordance with the procedures prescribed in FAR 4.102;
(6.2)         In block 11(e) (UNIT PRICE), insert markup pricing for all costs associated with supply of fuel, including delivery and profit, which will be added to OPIS-Chico Daily Rack Average on date of delivery plus applicable Federal and State Taxes and Fees.
(6.3)        For the purpose of evaluating capability and past performance per the evaluation factors in part 4, submit at least three but no more than five professional references of customers/clients for which you have performed the same or similar type of work during the past three years. If available, include for each reference the customer/client¿s company name and address, point of contact name, phone number, email address
(6.4)        If an amendment was issued, sign and submit Standard Form 30 to acknowledge it;
(6.5)        Submit either the filled-out reps/certs provision 52.212-3 manually or have completed reps/certs in SAM.gov. NOTE: In accordance with the clause 52.219-28 (as incorporated by reference in Section 4 above), if the Offeror does not have a representation in SAM for the NAICS code applicable to this solicitation, the Offeror may be required to complete a rerepresentation and submit to the Contracting Officer prior to award, so that the Contracting Officer can verify Offeror¿s small business size status for NAICS 324110 as part of responsiveness;
(6.6)        Unless the Offeror has previously certified in their SAM representation that it does not use prohibited telecom equipment, submit completed provisions 52.204-24(d)(1)&(2) and 52.204-26(c)(1)&(2) (i.e. This is not needed if the Offeror has previously responded ¿does not¿ in their annual SAM representation at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v)(2)(ii) of 52.212¿3, Offeror Representations and Certifications.)

(7) HOW AND WHEN TO SUBMIT QUOTE: Quotations shall only be accepted through electronic mail addressed to: jack_northcutt@nps.gov. Include the Request for Quotation number (140P8423Q0004) in the subject line of your email. All quotation documents required by this solicitation must be uploaded and received in their entirety no later than December 15, 2022, at 4:30 pm PST. Quotations submitted by hardcopy or any method other than specified shall not be accepted or considered. It is the responsibility of the contractor to verify receipt by the Contract Specialist, Jack Northcutt, before the closing date/time of the RFQ. The Contracting Specialist can be reached at jack_northcutt@nps.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE BEAR VALLEY RD
  • POINT REYES STATION , CA 94956
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 30, 2022 02:18 pm PSTCombined Synopsis/Solicitation (Original)

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 >