MODIFICATION
91 -- Low Sulfur Diesel
- Notice Date
- 7/19/2011
- Notice Type
- Modification/Amendment
- NAICS
- 424720
— Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-11-Q-0028
- Response Due
- 7/20/2011
- Archive Date
- 9/18/2011
- Point of Contact
- Celestine Evans, 901-544-3184
- E-Mail Address
-
USACE District, Memphis
(Celestine.G.Evans@mvm02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The solicitation number is W912EQ-11-Q-0028 and is being issued as a Request for Quote (RFQ). This procurement is 100% Small Business Set-Aside. The associated NAICS code is 424710 with 1500 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the following items to be delivered in accordance with specifications below: CLIN 0001: 2,000 gallons low sulfur diesel CLIN 0002: Option 1, Additional 1,500 gallons low sulfur diesel CLIN 0003: Option 2, Additional 1,500 gallons low sulfur diesel CLIN 0004: Option 3, Additional 1,500 gallons low sulfur diesel SECTION A - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT A-1.Scope - The work to be done under these specifications consists of furnishing all plant, labor, equipment and materials, and performing all operations in connection with the delivery of #2 Ultra Low Sulfur Diesel (as needed) by barge or truck to the Memphis District's floating plant working near New Orleans, LA at Mississippi River Mile 105.5. The vendor shall supply up to 5000 gallons on 21 July 2011 and shall make additional deliveries (as needed) each Thursday for three consecutive weeks after initial delivery. All fuel shall be delivered to River Mile 105.5. Barge delivery is preferred. Vendors who propose deliveries by truck must have at least 100 ft of hose to transfer fuel to floating plant. The Government anticipates that additional fuel will be required in amounts ranging from 2,000 to 5,000 gallons. The Government will notify the vendor of exact quantity via contract modification the Tuesday before each Thursday delivery. Equitable adjustments will only be made in accordance with FAR 52.243-1, Changes-Fixed Price and DFARS 252.243-7002, Requests for Equitable Adjustment. Deliveries shall occur on Thusdays as follows: 21 Jul 115000 gallons 28 Jul 115,000 gallons EST 04 Aug 115,000 gallons EST 11 Aug 115,000 gallons EST SECTION B - DELIVERIES B-1.Deliveries - Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be supplied under this purchase order shall be delivered to the job site beginning 21 Jul 2011. Prior to shipment, the Contractor shall coordinate delivery with the following personnel to ensure someone is present to unlock the fuel tanks. Primary - Matt Pierce 901-544-0950 office 901-573-4180 cell Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation of technical capability (delivery time) and price with technical capability being significantly more important than price. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 20 June 2011 no later than 2:00 PM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-11-Q-0028 addressed to Celestine Evans, Phone (901) 544-3184, Fax (901) 544-3710, email: celestine.g.evans@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-11-Q-0028/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN02503137-W 20110721/110720001000-90704049bae80bef8af4d0a7201e080d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |