SOLICITATION NOTICE
68 -- Propane BPA
- Notice Date
- 2/20/2025 3:03:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N0017825R1602
- Response Due
- 3/5/2025 2:00:00 PM
- Archive Date
- 03/20/2025
- Point of Contact
- Lee Ann Mizelle, Phone: 5407428050
- E-Mail Address
-
lee.a.mizelle.civ@us.navy.mil
(lee.a.mizelle.civ@us.navy.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION #: N0017825R1602 Submitted by: Lee Ann Mizelle NAICS Code: 324110 FSC/PSC Code: 6830 Anticipated Date to be published in SAM.gov: 20/FEB/2025 Anticipated Closing Date: 05/MAR/2025 Contracts POC Name: Lee Ann Mizelle Telephone#: (540) 742-8050 Email Address: lee.a.mizelle.civ@us.navy.mil Code and Description: Group 68 Chemicals and Chemical Products This is a combined synopsis/solicitation for commercial items/services 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. Synopsis/Solicitation N0017825R1602 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Merrimac Petroleum, Inc. for the continued rental of five (5) 1,000-gallon propane tanks and the delivery of propane in order to continue providing heat. With the end of the current contract, there is currently no available source to continue these services without additional cost and the loss of current propane delivered. Continuing the current services with Merrimac Petroleum, Inc. will allow the government to continue to receive this critical heating source without a break in service and additional cost to the government for the replacement tanks and propane already available. These service requirements can be unpredictable; therefore, a BPA will be established to support these service requirements. See the attached 1449 and Statement of. These requirements will be identified in individual BPA calls, which will not exceed $250,000.00. Period of performance for the BPA not to exceed 5 years after date of BPA award. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal because this notice will result in a BPA. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. Interested parties are requested to provide a capabilities package which shall include documentation which addresses, at a minimum, your companies� ability to perform all the requirements as outlined in the attached Statement of Work. Vendor Cage Code and DUNS numbers must be included for verification of the inclusion in the System for Award Management (SAM). The completion and submission of this capabilities package to the Government shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA. Responsibility determinations will precede issuance of a BPA and will be conducted in accordance with FAR 9.104, interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and complete FAR Clause 52.219-1. Simplified Acquisition procedures in accordance with FAR Part 13 will be utilized. The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. In compliance with DFARS 252.232-7006, Wide Area Workflow Instructions (May 2013), the Government will utilize Wide Area Work Flow (WAWF) to process vendor payments. This requirement is not eligible for small business set-aside. All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data and published pricing. All BPA calls/orders shall be issued on a firm fixed price basis. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Please return a signed copy of the SF1449 with your quote. Companies interested in receiving a BPA shall submit the requested documentation no later than 05 March 2025, no later than 05:00 p.m. EST with an anticipated award date by 04 April 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to lee.a.mizelle.civ@us.navy.mil prior to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825R1602 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items -Statement of Work (SOW_redacted)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08de105d68c04ac5852f3d61e349ca93/view)
- Place of Performance
- Address: VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN07348961-F 20250222/250220230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |