Liquefied Petroleum (LP) Gas Supply and Delivery in Guam - IDIQ

Agency:
State: Guam
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159733582369773
Posted Date: Feb 16, 2024
Due Date: Feb 28, 2024
Source: Members Only
Follow
Liquefied Petroleum (LP) Gas Supply and Delivery in Guam - IDIQ
Active
Contract Opportunity
Notice ID
N6824624Q0039
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC YOKOSUKA
Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC+09:00) TOKYO, JAPAN
  • Original Published Date: Feb 16, 2024 12:38 pm JST
  • Original Date Offers Due: Feb 28, 2024 01:00 pm JST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 424720 - Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
  • Place of Performance:
    Santa Rita , GU 96915
    USA
Description

(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 using Simplified Acquisition Procedures under the Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13.5, 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.





(ii) The solicitation number is N6824624Q0039 and is issued as a request for quotation (RFQ).





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.





(iv) This requirement is a 100% Small Business Set-Aside and the Small Business Professional and SBA Procurement Center Representative concur with this set-aside determination. The NAICS Code is 424720 – Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals) and the small business size standard is 200 employees.





(v) See Attachment (a) – Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable).





(vi) The Government requires a pre-priced single award Indefinite Delivery Indefinite Quantity (IDIQ) type contract to provide LP Gas to various facilities on U.S. Department of Defense (DoD) installations on Guam. The awardee’s total quoted price will be used to establish the not-to-exceed (NTE) amount of the IDIQ.





See Attachment (1) - Performance Work Statement (PWS) for the description of the requirements.





The minimum guarantee for this IDIQ is $1.00. A Delivery Order for the minimum guarantee will be issued with the first award off the Base IDIQ contract.





(vii) The base ordering period and option ordering periods are as follows:





Base Period: 01APR24 – 31MAR25



Option Period 1: 01APR25 – 31MAR26



Option Period 2: 01APR26 – 31MAR27



Option Period 3: 01APR27 – 31MAR28



Option Period 4: 01APR28 – 31MAR29





(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions.





(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used.





(x) Do NOT submit a completed copy of Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer.





Quoters must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/





(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation.





(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition:





52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I



52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009



52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021)



52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313)



52.209-7 Information Regarding Responsibility Matters



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008)



52.219-28 Post-Award Small Business Program Rerepresentation



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns



52.219-6 Notice of Total Small Business Set-Aside--Alternate I



52.219-8 Utilization of Small Business Concerns (DEVIATION)



52.219-9 Small Business Subcontracting Plan--Alternate II



52.222-35 Equal Opportunity for Veterans--Alternate I



52.222-36 Equal Opportunity for Workers with Disabilities--Alternate I



52.232-30 Installment Payments for Commercial Products and Commercial Services



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment



52.204-27 Prohibition on a ByteDance Covered Application



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.222-21 Prohibition of Segregated Facilities



52.222-26 Equal Opportunity



52.222-35 Equal Opportunity for Veterans



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



52.222-62 Paid Sick Leave Under Executive Order 13706



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





(xiii) The following additional clauses and provisions also apply to this requirement:





Clauses:





52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services



52.216-18 Ordering – para (a) fill-in as follows: “…date of award of the base IDIQ through the last day of the ordering period.”



52.216-19 Order Limitations - para (a) fill-in as follows: “$1.00”, para (b) fill-ins as follows, (1) “N/A. The Contractor is obligated to perform all delivery orders for work within the overall NTE amount of the IDIQ”, (2) “N/A. The Contractor is obligated to perform all delivery orders for work within the overall NTE amount of the IDIQ”, and (3) “N/A. The Contractor is obligated to perform all delivery orders for work within the overall NTE amount of the IDIQ”, and para (d) fill-in as follows, “N/A”



52.216-22 Indefinite Quantity – para (d) fill-in as follows: “completion of the final order placed during the ordering period.”



52.217-2 Cancellation Under Multi-year Contracts



52.217-6 Option for Increased Quantity



52.217-8 Option to Extend Services - fill-in as follows: “30 days.”



52.217-9, Option to Extend the Term of the Contract - para (a) fill-in as follows: “30 days”; “45 days”, para (c) “5 years”.



52.222-49 Service Contract Labor Standards—Place of Performance Unknown



52.223-10 Waste Reduction Program



52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts



52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information



52.245-1 Government Property



52.252-4 Alterations in Contract



252.201-7000 Contracting Officer's Representative



252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7004 Display of Hotline Posters



252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced



252.204-7003 Control of Government Personnel Work Product



252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.219-7003 Small Business Subcontracting Plan (DoD Contracts)--Basic



252.225-7001 Buy American and Balance of Payments Program--Basic



252.225-7048 Export-Controlled Items



252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations—Representation (Deviation 2024-O0006)



252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-O0006)



252.232-7006 Wide Area WorkFlow Payment Instructions



252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card



252.232-7010 Levies on Contract Payments



252.243-7001 Pricing of Contract Modifications



252.243-7999 Section 3610 Reimbursement (Deviation 2020-O0021)



252.246-7003 Notification of Potential Safety Issues





Provisions:





52.204-16 Commercial and Government Entity Code Reporting



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-7 System for Award Management



52.212-1 Instructions to Offerors—Commercial Products and Commercial Services



52.212-2 Evaluation—Commercial Products and Commercial Services



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services



52.217-4 Evaluation of Options Exercised at Time of Contract Award



52.209-7 Information Regarding Responsibility Matters



52.204-17 Ownership or Control of Offeror



52.204-20 Predecessor of Offeror



52.204-26 Covered Telecommunications Equipment or Services--Representation



52.222-25 Affirmative Action Compliance



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



52.217-5 Evaluation of Options



52.233-2 Service of Protest



252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.204-7024 Notice on the use of the Supplier Performance Risk System



252.215-7007 Notice of Intent to Resolicit



252.225-7055 Representation Regarding Business Operations with the Maduro Regime



252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation





Wage Determination:





Service Contract Act WD # 2015-5693 Rev 20





There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments.





(xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation.





(xv) The date and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions.





(xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation.





The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.


Attachments/Links
Contact Information
Contracting Office Address
  • YOKOSUKA DET SASEBO JAPAN PSC 476 BOX 6
  • FPO , AP 96322-1500
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 16, 2024 12:38 pm JSTCombined 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 >