Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOLICITATION NOTICE

91 -- 15,000 USG DSW/ Norfolk VA

Notice Date
1/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#324110 — Petroleum Refineries
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SPE605-18-Q-0256
 
Archive Date
1/25/2018
 
Point of Contact
Lacie Hysten, Phone: 7037679082
 
E-Mail Address
lacie.hysten@dla.mil
(lacie.hysten@dla.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 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. Offers are being requested and a written solicitation will not be issued. The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE605-18-Q-0256 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 dated 16 May 2017. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm. Scope of Contract: CLIN 0001 - The contractor to provide ( 15,000 USG) of Diesel Fuel (DSW) (NSN: 9140-015416767) delivered to Lafayette River Annex 6506 Hampton Blvd Norfolk VA 23508. DELIVERY ADDRESS: Lafayette River Annex 6506 Hampton Blvd Norfolk VA 23508 Delivery Schedule: 7,500 USG - January 11, 2018 7,500 USG - January 12, 2018 Mode: Tank Truck No. of Tanks Capacity Type Tank Location 2 10000 BELOW GROUND TANK Delivery Mode Notes: Adapter (type): Cam Lock Size: 4 inches Hose (length): 50 feet Delivery Hours: FROM 0700HRS TO 1600HRS / FROM MONDAY TO SUNDAY Delivery Notes: Special access required. Gravity fed, metering is required, 2/10,000 gallon Underground fiberglass containers. Fuel used during winter months. NOTES: 1: DELIVERY WILL BE REQUIRED 24 HRS/DAY 7 DAYS/WEEK TO INCLUDE HOLIDAYS WITH 24 HRS NOTICE. 2: CONTRACTOR SHALL ACCEPT ORAL AND/OR FACSIMILE ORDERS TO BE FOLLOWED UP BY HARD COPY WITHIN ONE WORKING DAY. 3: A CERTIFICATION FROM THE SUPPLIER SHALL ACCOMPANY EACH SHIPMENT & INCLUDE THE FOLLOWING: A. NAME OF THE FUEL SUPPLIER, DATE ON WHICH THE HEATING OIL WAS RECEIVED, VOLUME OF DISTILLATE OIL DELIVERED, A STATEMENT THAT THE OIL COMPLIES WITH ASTM D975 OR D396 SPEC FOR #2 ULSD & THE SULFUR CONTENT OF THE FUEL NO MORE THAN 15 PPM. CONTRACTOR IS REQUIRED TO PROVIDE A QUARTERLY LETTER TO THE ORDERING OFFICER THAT LISTS ALL FUEL DELIVERED DURING THE PAST QUARTER AND THAT THE FUEL SUPPLIED COMPLIES WITH THE CORRESPONDING ASTM SULFUR SPEC FOR #2 ULSD. THIS QUARTERLY STATEMENT MUST BE SIGNED BY AN AUTHORIZED OFFICIAL OF THE CONTRACTOR. 4: IF SEVERE WEATHER CONDITIONS OREMERGENCY CONDITIONS OCCUR, DELIVERY MAY BE REQUIRED 24 HOURS A DAY 7 DAYS A WEEK AT THE DESCRETION OF THE REQUESTING ACTIVITY. THIS FACILITY USES NATURAL GAS AS ITS PRIMARY ENERGY SOURCE. HOWEVER DURING TIMES OF NATURAL GAS CURTAILMENT OR WHEN THE ECONOMIC ANALYSIS INDICATES IT IS MORE COST EFFECTIVE TO BURN DIESEL, THE CONTRACTOR IS REQUIRED TO COMMENCE DELIVERIES WITHIN 48HRS Special Messages: MULTIPLE DROP (See Delivery Schedule) THIS FACILITY USES NATURAL GAS AS ITS PRIMARY ENERGY SOURCE. HOWEVER DURING TIMES OF NATURAL GAS CURTAILMENT OR WHEN THE ECONOMIC ANALYSIS INDICATES IT IS MORE COST EFFECTIVE TO BURN FUEL OIL THE CONTRACTOR IS REQUIRED TO COMMENCE DELIVERIES WITHIN 48 H This RFQ is 100% Set Aside to Small Business Required delivery date is 7,500 USG - January 11, 2018 & 7,500 USG - January 12, 2018 FOB Destination. Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF). The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, 2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6, 28, 52.222-3, 19, 21, 26, 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003. FAR 52.211-16 with a 10% variance above or below, as well as 52.211-11 shall be applicable. All responsible offerors respond to Lacie Hysten (Lacie Hysten@dla.mil) NLT 7:00 am Fort Belvoir, Virginia local time January 10, 2018 ; Send questions to the Contracting Specialist, Lacie Hysten 703-767-9082, FAX: 703-767-8506, or email: Lacie.hysten@dla.mil and Candy.cross@dla.mil by RFQ NLT date/time. FAX quotations will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE605-18-Q-0256 /listing.html)
 
Record
SN04785389-W 20180111/180109231603-eb335cd403b6099d2733fa03003dd68c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.