SECTION B - CONTINUATION BLOCK
B.1 PRICE SCHEDULE SUPPLY AND DELIVER BULK PROPANE
The Billings Area Indian Health Service (IHS) is requesting quotes in accordance with the requirements of Request for Quotation (RFQ)-06-22-001-CJY to acquire Bulk Propane for the Northern Cheyenne Health Center on the Northern Cheyenne Indian Reservation, Lame Deer, Montana. The procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures.
The solicitation is restricted to 100% Small Business concerns. The clauses are those in effect through Federal Acquisition Circular 2021-07. The associated North American Industry Classification System code is 324110 and the small business size standard is 1500 employees.
Unit
of
Item Description Quantity Issue Unit Price Total Amount
1. Bulk Propane 110,000 GA $ ____ $ __________
B.2 PERIOD OF PERFORMANCE
Performance of the purchase order shall be date of award until September 30, 2022
B.3 PURPOSE OF THE CONTRACT
The purpose of the purchase order is to acquire propane for the Northern Cheyenne Health Center and Government Quarters on the Northern Cheyenne Indian Reservation, Lame Deer, Montana during Fiscal Year 2022.
B.4 STATEMENT OF WORK
The Contractor shall supply and deliver bulk propane to the Northern Cheyenne Community Health Center and Quarters located in Lame Deer, MT on the Northern Cheyenne Indian Reservation. One (1) 18,000 gallon propane tank is used to supply propane for the three gas-fired boilers located inside the Community Health Center and one (1) 250 gallon propane tank is used to supply the ER garage. There is also ~30 IHS quarters units with propane tanks ranging in size from 250-1000 gallons. The propane tanks are located outside the facility/quarters with easy access for delivery.
Propane prices submitted with this RFQ must be unit price per gallon for the entire contract period which will begin date of the award and end September 30th, 2022. Estimated annual usage is 110,000 gallons which is based on historical usage. It is understood that these quantities are estimated for the contract period. Quantities may be increased or decreased as needed. The unit price per gallon must include all monitoring, handling, and delivery costs and should not be listed as a separate item on any invoices.
The delivery of the propane shall be during normal working hours (i.e., Monday through Friday, 8:00 a.m. to 5:00 p.m.) excluding federal holidays. A load ticket for each tank filled shall be signed by a representative of the Northern Cheyenne Health Center after each propane delivery. The contractor will submit a copy of the signed load ticket and invoice to the project officer located in the Billings Area Office 2900 4th Avenue North Billings, MT 59101.
The IHS shall monitor the propane storage tank levels and request delivery/refill on an as-needed basis. Upon request for a delivery/refill the contractor shall make delivery and fill the tank(s) as requested within 72 hours. After delivery the Contractor shall obtain signature acknowledging the delivery to each individual tank from one of the following individuals:
- Robert Magpie Maintenance Supervisor
- Donovan Taylor Supply Technician
- Clarette Yellowrobe Supply Purchasing Agent
- Crystal Colliflower Administrative Officer
- Debby Bends - CEO
The Contractor will be required to comply with all local, state, and federal laws pertaining to the transportation and delivery of the liquid propane to the Northern Cheyenne Health Center.
Contracting Office Representative: Torrey Darkenwald
Torrey.Darkenwald@ihs.gov
406-477-4429
B.5 CONTRACTING OFFICER AUTHORITY
Authority to negotiate changes in terms, conditions, or amounts cited in the purchase order is reserved to the Contracting Officer.
B.6 CONTRACTING OFFICER'S REPRESENTATIVE (COR)
The COR for the purchase order will be Torrey Darkenwald, Clinical Services Administrator, Lame Deer, Montana. The COR shall be responsible for:
(1) Verifying delivery of the propane;
(2) Ensuring the Contractor monitors the propane tank levels;
(3) Conducting technical inspections and acceptance; and
(4) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract.
B.7 INVOICE SUBMISSION AND PAYMENT
- The Contractor shall submit its invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer's Representative (COR).
Name: Torrey Darkenwald
Title: Clinical Services Administrator
Address: Northern Cheyenne Service Unit
P.O. Box 70
Lame Deer, Montana 559043-0070
Telephone: (406) 477-4429
E-mail: Torrey.Darkenwald@ihs.gov
- The Contractor agrees to include the following information on each invoice:
- Contractor's name and address;
- Contact name, title, and telephone number;
- Purchase Order Number;
- Invoice number and date;
- Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed;
- Remit to Address;
- Taxpayer Identification Number (Employer Identification Number or Social Security Number); and
- Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database.
Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107.
B.8 PURCHASE ORDER TERMS AND CONDITIONS
52.252-2 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. Also, the full text of a clause may be accessed electronically at this/these addresses:
https://www.acquisition.gov/
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES
52.204-7 System for Award Management Oct 2018
52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011
52.204-13 System for Award Management Maintenance Oct 2018
52.204-16 Commercial and Government Entity Code Reporting Aug 2020
52.204-17 Ownership or Control of Offeror Aug 2020
52.204-18 Commercial and Government Entity Code Maintenance Aug 2020
52.204-19 Incorporation by Reference of Representations and Dec 2014
Certifications
52.209-10 Prohibition on Contracting with Inverted Domestic Nov 2015
Corporations
52.211-16 Variation in Quantity Apr 1984
-
-
- Terms and Conditions Simplified Acquisitions Jul 2021
(Other Than Commercial Items)
52.215-5 Facsimile Proposals Oct 1997
52.219-6 Notice of Total Small Business Set-Aside Nov 2020
52.219-8 Utilization of Small Business Concerns Oct 2018
52.219-28 Post-Award Small Business Program Representation Sep 2021
52.223-3 Hazardous Material Identification and Material Safety Feb 2021
Data
52.223-6 Drug-Free Workplace May 2001
52.223-10 Waste Reduction Program May 2011
52.223-18 Encouraging Contractor Policies to Ban Text Messaging Jun 2020
While Driving
52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Oct 2021
Federal Contractors
52.228-5 Insurance Work on a Government Installation Jan 1997
52.229-3 Federal, State, and Local Taxes Feb 2013
52.232-18 Availability of Funds Apr 1984
52.233-2 Service of Protest Sep 2006
52.242-15 Stop Work Order Aug 1989
52.242-17 Government Delay of Work Apr 1984
DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION
(HHSAR) (48 CFR Chapter 3) Clauses
315.215-70 Late Proposals and Revisions Dec 18, 2015
352.222-70 Contractor Cooperation in Equal Employment Dec 18, 2015
Opportunity Investigations
352.223-70 Safety and Health Dec 18, 2015
352.226-3 Native American Graves Protection and Repatriation Act Dec 18, 2015
352.237-70 Pro-Children Act Dec 18, 2015
352.239-73 Electronic Information and Technology Accessibility Dec 18, 2015 Notice
352.239-74 Electronic and Information Technology Accessibility Dec 18, 2015
B.9 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)
Annual Representations and Certifications (Mar 2020)
(a) (1) The North American Industry Classification System (NAICS) code for this acquisition is__324110___.
(2) The small business size standard is __1500__ .
(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.
(b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.
(2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes:
(i) Paragraph (d) applies.
(ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.
(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:
(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless
(A) The acquisition is to be made under the simplified acquisition procedures in part 13;
(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or
(C) The solicitation is for utility services for which rates are set by law or regulation.
(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.
(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. This provision applies to all solicitations.
(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.
(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that-
(A) Are not set aside for small business concerns;
(B) Exceed the simplified acquisition threshold; and
(C) Are for contracts that will be performed in the United States or its outlying areas.
(vi) 52.204-26, Covered Telecommunications Equipment or Services-Representation. This provision applies to all solicitations.
(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation.
(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.
(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.
(x) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.
(xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.
(xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.
(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.
(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.
(C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned.
(xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.
(xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.
(xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.
(xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.
(xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.
(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA designated items.
(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. This provision applies to solicitations that include the clause at 52.204-7.)
(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.
(xxi) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3.
(A) If the acquisition value is less than $25,000, the basic provision applies.
(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.
(C) If the acquisition value is $50,000 or more but is less than $83,099, the provision with its Alternate II applies.
(D) If the acquisition value is $83,099 or more but is less than $100,000, the provision with its Alternate III applies.
(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.
(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. This provision applies to all solicitations.
(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations.
(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.
(2) The following representations or certifications are applicable as indicated by the Contracting Officer:
[Contracting Officer check as appropriate.]
_X_ (i) 52.204-17, Ownership or Control of Offeror.
_X_ (ii) 52.204-20, Predecessor of Offeror.
_X_ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.
__ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Certification.
__ (v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.
__ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA Designated Products (Alternate I only).
__ (vii) 52.227-6, Royalty Information.
__ (A) Basic.
__ (B) Alternate I.
__ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.
(d) The offeror has completed the annual representations and certifications electronically in SAM website accessed through https://www.sam.gov. After reviewing the SAM information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
FAR Clause # Title Date Change
_________________________________
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.
(End of provision)
B.10 AWARD DECISION
The Government will award a purchase order to the lowest priced technically acceptable and responsible offeror.