SOLICITATION NOTICE
91 -- Domestic Ships Bunkers Fuel - Schedule of Supplies To Be Solicited
- Notice Date
- 11/9/2018
- Notice Type
- Presolicitation
- 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
- SPE608-19-R-0201
- Point of Contact
- Francis C Murphy, Phone: 5717678479, Diana C. Knight, Phone: 5717679538
- E-Mail Address
-
francis.c.murphy@dla.mil, diana.knight@dla.mil
(francis.c.murphy@dla.mil, diana.knight@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment is a Schedule of the locations we expect to solicit in SPE608-19-R-0201. For your Information and planning purposes. olicitation SPE608-19-R-0201 is for the procurement of Distillate & Residual Fuels for ships' bunkers at various ports in the States of Alabama, Alaska, Arkansas, California, Florida, Hawaii, Illinois, Iowa, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Jersey, New York, North Carolina, Ohio, Oregon, Pennsylvania, Rhode Island, South Carolina, Tennessee, Texas, Virginia, Washington and Wisconsin; Territories of American Samoa, Puerto Rico and the U. S. Virgin Islands; and the District of Columbia ; and in the Canadian Province of Quebec. Distillates are Marine Gas Oil, NSN: 9140-01-313-7776, 224,884,580 US Gallons (USG). Residuals are Intermediate Fuel Oil (IFO) 180, NSN: 9140-01-271-5280, 9,000,000 USG. Fuel shall be delivered as ships' bunkers into U. S. vessels for DoD and Federal Civilian agencies by barge, truck, or pipeline. Ordering period is April 1, 2019 through September 30, 2024. Delivery period is April 1, 2019 through October 31, 2024. These are Requirements-Type, Fixed Price with Economic Price Adjustment Contracts. Facsimile offers are acceptable. Facsimile number is (571) 767-8506. The Attachment is a Schedule of the locations we expect to solicit in SPE608-19-R-0201. This is for yiour information. Final Solicitation will be issued on the Fed Biz Opps Website https://www.fbo.gov/ around the beginning of December 2018. Request for hard copies of the solicitation must be submitted in writing. Please state name, address, and solicitation number. The source selection strategy for this acquisition will be in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and proposals will be evaluated using a FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process. In order to be considered for award, an offeror must meet or exceed the technical acceptability standards. Technical acceptability will be determined as follows: 1. Acceptable. In order to be determined acceptable under this evaluation factor, the proposal should demonstrate that it satisfies the minimum requirements of the Solicitation, including Government's product specification requirements in Section B, delivery requirements in Section F, and all requirements identified in Section J. PREPROPOSAL CONFERENCE Defense Logistics Agency (DLA) Energy plans to host a pre-proposal conference for Domestic Ships Bunkers at a date and place to be determined. The specific dates, location, and time will be released at a later date. The Pre-Proposal Conference will be conducted in accordance with FAR 15.201. The purpose of this Pre-Proposal conference is to provide information to interested parties and to improve their understanding of our Bunkers requirements. DLA Energy's intent of the Pre-Proposal is to assist in the development of comprehensive, quality responses to the solicitation. As such, the Pre-Proposal Conference will: 1) Familiarize participants with DLA Energy's requirements; 2) Review DLA Energy's proposal requirements; 3) Identify potential offerors in order to promote collaboration and facilitate the formation of strong teams and business relationships; and 4) Address questions prior to potential offerors proposal development for this requirement. **Please note that the Government will not reimburse participants for any expenses associated with their travel or participation in this event.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE608-19-R-0201/listing.html)
- Place of Performance
- Address: States of Alabama, Alaska, Arkansas, California, Florida, Hawaii, Illinois, Iowa, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Jersey, New York, North Carolina, Ohio, Oregon, Pennsylvania, Rhode Island, South Carolina, Tennessee, Texas, Virginia, Washington and Wisconsin; District of Columbia; Territories of American Samoa, Puerto Rico and the U. S. Virgin Islands; and the Canadian Province of Quebec., United States
- Record
- SN05149035-W 20181111/181109230556-9990015b86e0198f992637e0131b546b (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 |