Fuel Hauling Services Guam
Notice ID: N6824624Q0002

Amendment 0001 - The purpose of this amendment is to include the attachment Q and A.

***All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.***

(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 N6824624Q0002 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 2023-05.

(iv) This requirement is a 100% HUBZone Small Business Set-Aside. The NAICS Code is 484220 - Specialized Freight (except Used Goods) Trucking, Local and small business size standard is $34.0 million. The small business office concurs with this decision.

(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 Fuel Hauling Services Various Locations & Remote Sites 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) PWS - Fuel Hauling for the description of requirements.

The minimum guarantee for this IDIQ is $2,000.00. A Task Order for the minimum guarantee will be issued concurrently with the award of the basic contract.

The IDIQ will consist of a single five-year ordering period.

(vii) The ordering period will be for a total of five years from the date of award of the base IDIQ(s).

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 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 (b) 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, with Alternate I

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

52.204-14, Service Contract Reporting Requirements

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

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters

52.219-3, Notice of HUBZone Set-Aside

52.219-6, Notice of Total Small Business Set-Aside

52.219-8, Utilization of Small Business Concerns

52.219-28, Post Award Small Business Program Rerepresentation

52.222-3, Convict Labor

52.222-19, Child Labor-Cooperation with Authorities and Remedies

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

52.222-37, Employment Reports on Veterans

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

52.222-50, Combating Trafficking in Persons

52.222-54, Employment Eligibility Verification

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.224-3 Privacy Training

52.225-26 Restrictions on Certain Foreign Purchases 

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

52.222-41, Service Contract Labor Standards 

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)

52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026

52.222-62, Paid Sick Leave Under Executive Order 13706

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

Clauses:

52.203-3 Gratuities

52.204-7 System for Award Management

52.204-13 System for Award Management Maintenance

52.204-16 Commercial and Government Entity Code Reporting

52.204-18 Commercial and Government Entity Code Maintenance

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

52.204-26 Covered Telecommunications Equipment or Services-Representation

52.209-7 Information Regarding Responsibility Matters

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

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: “$2,000.00”, para (b) fill-ins as follows, (1) “N/A. The Contractor is obligated to perform all task orders for work within the overall NTE amount of the IDIQ”, (2) “N/A. N/A. The Contractor is obligated to perform all task orders for work within the overall NTE amount of the IDIQ”, and (3) “N/A. The Contractor is obligated to perform all task 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 (f) fill-in as follows: “completion of the final order placed during the ordering period.”

52.216-32, Task-Order and Delivery-Order Ombudsman

52.228-5, Insurance-Work on a Government

52.232-37 Multiple Payment Arrangements

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7003, Agency Office of the Inspector General

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7004, Antiterrorism Awareness Training for Contractors

252.204-7008, Compliance with Safeguarding Covered Defense Information Control

 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

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 Service

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

252.204-7020, NIST SP 800-171 DoD Assessment Requirement

252.204-7022, Expediting Contract Closeout

252.205-7000, Provision of Information to Cooperative Agreement Holder

252.211-7003, Item Unique Identification and Valuation

252.211-7008, Use of Government-Assigned Serial Numbers

252.215-7007, Notice of Intent to Resolicit

252.215-7008, Only One Offer

252.225–7056 Prohibition Regarding Business Operations with the Maduro Regime

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

252.232-7010 Levies on Contract Payments

252.243-7002, Requests for Equitable Adjustment

252.244-7000 Subcontracts for Commercial Items

252.246-7008 Sources of Electronic Parts

252.247-7023 Transportation of Supplies by Sea

Provisions:

52.219-1 Small Business Program Representations

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

252.225–7055 Representation Regarding Business Operations with the Maduro Regime

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

Wage Determination:

Service Contract Act WD # 2015-5693 Rev 19

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 the response date and time in Contract Opportunities. See Attachment (c) 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.

Department/Ind.Agency DEPT OF DEFENSE
Office
NAVSUP
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2023-11-27
Published Date
2023-11-27
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with