This is an SDVOSB set-aside.
Underestimated cost offers will not be considered. Costs will be evaluated for reasonability.
PAGE 1 OF
1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a. NAME
b. TELEPHONE NO. (No Collect Calls)
8. OFFER DUE DATE/LOCAL
TIME
9. ISSUED BY
CODE
10. THIS ACQUISITION IS
UNRESTRICTED OR
SET ASIDE:
% FOR:
SMALL BUSINESS
HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
8(A)
NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
12. DISCOUNT TERMS
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)
13b. RATING
14. METHOD OF SOLICITATION
RFQ
IFB
RFP
15. DELIVER TO
CODE
16. ADMINISTERED BY
CODE
17a. CONTRACTOR/OFFEROR
CODE
FACILITY CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
DUNS:
DUNS+4:
PHONE:
FAX:
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED
SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________
29. AWARD OF CONTRACT: REF. ___________________________________ OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DATED ________________________________. YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION
(REV. 2/2012)
PREVIOUS EDITION IS NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.212
7. FOR SOLICITATION
INFORMATION CALL:
STANDARD FORM 1449
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
41
None
550-18-3-354-0276
36C25218Q0868
04-10-2018
Pauline Ludwig
414-844-4868
0069D
Great Lakes Acquisition Center (GLAC)
Department of Veterans Affairs
115 S 84th St, Suite 100
Milwaukee WI 53214-1476
x
100
x
N
324110
1500 Employees
N/A
0069D
Department of Veterans Affairs
VA Illiana Health Care System
1900 E Main St
Danville IL 61832
0069D
Great Lakes Acquisition Center (GLAC)
Department of Veterans Affairs
115 S 84th St, Suite 100
Milwaukee WI 53214-1476
Department of Veterans Affairs
Financial Services Center
PO Box 149971
Austin TX 78714-9971
Fuel
Purchase Order 550-C8
Please reference all correspondence and invoices
with the above number
The Contracting officer is the only person
authorized to modify or make changes
to this contract.
550-3680162-354-852100-2654-550-C8 010020168
x
x
x
1
Pauline Ludwig
Contracting Officer
SECTION B - CONTINUATION OF SF 1449 BLOCKS
CONTRACT ADMINISTRATION DATA
(Continuation from Standard Form 1449, block 18A.)
1. Contract Administration: All contract administration matters will be handled by the following individuals:
A. CONTRACTOR:
B. GOVERNMENT: Pauline Ludwig, Contract Specialist
Great Lakes Acquisition Center
115 S 84th St.
Milwaukee, WI 53214 (414) 844-4868
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X] 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
3. INVOICES: Invoices shall be submitted in arrears in accordance with:
a. 852.232-72 Electronic Submission of Payment Requests (Nov 2012)
b. Upon Acceptance of Items
FACSIMILE, E-Mail, and Scanned Documents are Not Acceptable forms of Submission for Payment Requests.
For assistance setting up e-Invoice, the below information is provided:
*OB10 e-Invoice Setup Information: 1-877-489-6135
*OB10 e-Invoice email:
[email protected]
*FSC e-invoice contact information: 1-877-353-9791
*FSC e-invoice email:
[email protected]
BASIS OF AWARD:
The Government will make the award to the most fair and reasonably priced offer.
SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS
(SF 1449, Continuation of Blocks 19 24)
Contractor shall provide the following fuel for the VA Illiana Health Care System, Danville, IL. All fuel shall be delivered to the designated destination by close of business the next business day. Delivery times are M-F, 8am-2pm. Delivery orders will be e-mailed to a dispatch address provided by the contractor. Offeror shall provide the following fuel:
Item No.
Description
QTY
UNIT
UNIT PRICE
EST
TOTAL PRICE
1
#2 Summer blend diesel fuel for on road vehicle use (no dye)
1300
gallon
2
Regular unleaded gasoline
2600
gallon
3
E-85 Ethanol
1500
gallon
TOTAL
Salient Characteristics:
Inspection of Supplies:
Supplies delivered on this contract shall conform to all Federal, State, and Local environmental requirements applicable to the geographic location of receiving activity on the date of delivery.
The Contractor shall provide and maintain an inspection SYSTEM ACCEPTABLE TO THE Government covering supplies under this contract and shall tender to the Government, for acceptance. Inspection records will be provided if requested by the Contracting Officer.
The Government has the right to inspect and test all supplies called for in this contract, to the extent practicable at all places and times, including manufacture and in any event before acceptance. The Government shall perform inspections and test in a manner that will not unduly delay work.
The Government has the right to reject or to require correction on nonconforming supplies. Supplies are nonconforming when they are defective in material or workmanship or are not in conformity requirements. The Government may reject nonconforming supplies with or without disposition instructions.
Inspection and test by Government does not relieve the Contractor of responsibility for defects or other failures to meet contract requirements discovered before acceptance.
Delivery Requirements
No multiple day deliveries; delivery must be made in one day
Quantities will be ordered as requested by the Government exact quantities will be confirmed with the Contracting Officer.
Deliveries must be made Monday through Friday between the hours of 8am and 2pm.
Tanker trucks must be equipped with 100ft of hose.
Annotation of Shipping Documents:
For deliveries when temperature compensating meters are used to determine quantity, the shipping documents shall be annotated with API gravity (or density), net quantity and a statement that a temperature compensating meter was used to determine quantity.
For deliveries when quantity is determined without volume correction to 60ðF, the shipping document shall be annotated with API gravity (or density), gross quantity, and a statement that volume correction was not required.
Upon completion of each delivery, the contractor shall provide manifest report for supplies delivered.
Measurement Standards:
All measurement and calibrations made to determine quantity should be in accordance with the most recent edition of API Manual of Petroleum Measurement Standards.
Shipment:
1. The Contractor shall furnish serially numbered seals and effectively seal transport trucks.
Placards, as required by 49 CFR 172.506 and 49 CFR 172.508 shall be furnished and affixed to all tank trucks by the Contractor unless placards are already affixed.
The Contractor shall inspect all shipping conveyances prior to loading to insure product loaded will not be lost or contaminated by condition of equipment. Tank truck inspections must be performed by qualified Contractor personnel. Delegation of this responsibility shall not be passed on to the tank truck operator/driver.
Contractor Fuel Spills on Government Property:
1. Contractor shall clean up any of the fuel spills caused by a Contractor on Government property
is the responsibility of the contractor.
B.1 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
1-3
SHIP TO:
VA Illiana Health Care System
1900 E Main St
Danville, IL 61832
USA
All
Within 48 hrs of call-in
Bid Protests Not Available