SOLICITATION NOTICE
91 -- Ultra low-sulfur #2 diesel fuel
- Notice Date
- 11/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424710
— Petroleum Bulk Stations and Terminals
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF43008392
- Response Due
- 11/16/2014
- Archive Date
- 1/12/2015
- Point of Contact
- Vendeck M. Davis, 601-634-4091
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(vendeck.davis@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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. Requisition Number W81EWF43008392 and W81EWF42967800 are being issued as a request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-77. This requirement is a 100% set-aside for Small Business Concerns under NAICS Code 424710 (SIC 5171) with a size standard of 100 Employees. All cost associated with delivery to Range 19, Fort Polk, LA shall be included in the quote. The Impact and Explosion Effects Branch (IEEB) has a requirement to purchase off- road diesel fuel in support of multiple programs: the CALDERA, FERRET, and VBIED programs, funded by the National Ground Intelligence Center (NGIC) and efforts funded by the U.S. Bureau of Reclamation (USBR), including the Red Zone projects. The work being performed by the IEEB for each of these programs fall within the mission of the Geotechnical and Structures Laboratory (GSL) and the IEEB in the areas of impact and explosion effects, research, and experimentation. Much of this research requires the use of heavy construction equipment acquired for use under the current Equipment BPA contract. Off- road diesel fuel is an ongoing need to fuel this machinery. The fuel is needed to fuel equipment at the ERDC High- Explosive Test Site (EHETS), Fort Polk, Louisiana, and thus cannot be acquired through the ERDC logistics office, which is not authorized to provide fuel for transport. Additionally, the transport of fuel poses safety and liability issues, which can be avoided by using a vendor capable of delivering directly to Fort Polk. The IEEB has the capacity to store at most 2,000 gallons of diesel at Fort Polk; thus the ability to purchase fuel and have it delivered in increments over a period of time is critical. Twenty deliveries of 700 gallons each of off- road diesel will be required over the contract period. These deliveries will be scheduled as needed and must be made within 48 hours of notification. The period of performance should begin around 10 November 2014 and end 31 July 2015. The required fuel must be ultra low- sulfur #2 diesel fuel (dyed for off- highway use), free of water and debris. The contractor must provide all tools, equipment, materials, transportation and supervision for delivery of the fuel and must hold valid certifications and licenses, as required by the state of Louisiana, for the sale, handling, and transport of off- road diesel. It is expected that the contractor deliver and unload needed quantity to Fort Polk. Award shall be made to the responsible offeror whose quote is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Award can only be made to contractors registered in SAM. Quotes are due 16 November, 2014. Quotes will only be accepted by email: vendeck.davis@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Vendeck Davis at 601-634-4091, or use the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 424710. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF43008392/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Record
- SN03572062-W 20141115/141113234221-e7f2db85241399326082b25613af74c5 (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 |