SOLICITATION NOTICE
91 -- 30,000gal DSS Montrose NY RDD 08FEB22
- Notice Date
- 2/3/2022 12:31:51 PM
- Notice Type
- Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60522Q0268
- Response Due
- 2/4/2011 8:00:00 AM
- Archive Date
- 02/19/2011
- Point of Contact
- Letitia Edwards, Phone: 5712053160, COG2
- E-Mail Address
-
letitia.edwards@dla.mil, DLAEnergyFEPCA@dla.mil.
(letitia.edwards@dla.mil, DLAEnergyFEPCA@dla.mil.)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Administration (SBA), under NACIS 324110. Scope of Contract: CLIN 0001 � The contractor shall provide, under line item 0001: CLIN 0001 Price per gallon: $ Extended Price: $ Product: DIESEL FUEL (DSS) NSN: 9140-01-541-6760 Quantity: 30,000Gallons Delivery Date: 08 FEB 2022 Delivery Mode: TANK TRUCK Delivery Location: 2094 ALBANY POST ROAD MONTROSE, NY 10548 Delivery/Tank Info: No. of Tanks Capacity Type Tank Location 3 30000 ABOVE GROUND TANK(S) BLDG20 Delivery Hours: 0800 � 1600 MONDAY THRU FRIDAY Delivery Notes: SPECIAL ACCESS REQUIRED: CALL AHEAD 1 HOUR. GENERATOR SUPPORT: BLDG 20 BOILER PLANT -LIFE SAVING/EMERGENCY. NATURAL GAS: CURTAILMENT NOTICE 48 HOURS OF SHUT OFF. SEASONAL ORDERING: APR-SEP Delivery Ticket Notes: Special Messages: 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 HR FEDCIV 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. 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, 35, 36; 52.222-50; 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFARS 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: FAR 52.211-11, DFARS 252.203-7000, 252.225-7021, and 252.232-7003 shall be applicable. FAR 52.211-17 DELIVERY OF EXCESS QUANTITIES �CONTRACTORS ARE REQUIRED TO ADHERE TO THE DELIVERY QUANTITY PRINTED ON THE ORDER. IF the contractor delivers a quantity in excess of the of the allowable variation ceiling (10% variance) such excess quantities will be treated as being delivered for the convenience of the Contractor. FAR 52.211-16 VARIATION IN QUANTITY (APR1984)), The Government reserves the right to return the excess quantity at the Contractors expense. 1. Price will be in US dollars per gallon (include FET). A Firm Fixed Price order will be issued. All quotes must be submitted by electronic email to dlaenergyfepca@dla.mil; no later than 04 Feb 11:00 A.M. Eastern Standard Time. *Note: The government will not assume any responsibility above the 10% variance authorized by the contract.* PLEASE NOTE: DoD installations and Federal Government facilitates have access control measures and procedures in place. You and your subcontractor are responsible for knowing and complying with all physical security measures and access control procedures on the DoD installation or Federal Government facility you are delivering to. Be aware that gaining access to a DoD installation or Federal Government facility can be a lengthy process. DLA Energy is not responsible for any delays at physical security check points and will not pay for any costs incurred as a results of delays at physical security check points. Quotes containing accelerated payment terms or additional fees/costs for delays caused at government physical security check points will not be considered. DLA Energy may require a vendor to sign the SF1449 prior to being offered this delivery. This would be sent by email and may have a response window of as little as two (2) hours. Upon request, the vendor must return the signed SF1449 by the deadline specified. If this is not returned by the specified deadline, DLA Energy reserves the right to offer this delivery to a different vendor. 2. All suppliers must be registered in the System for Award Management (SAM) and have a valid CAGE Code. 3. This acquisition is set aside 100% for Service-Disabled Veteran Owned Small Business under NAICS: 324110 4. The Point of Contact (POC) for this requirement is Contract Specialist Letitia Edwards, (571)- 205-3160, email: letitia.edwards@dla.mil or DLAEnergyFEPCA@dla.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/52aba18f9dfc44fbb063336cc5c802f0/view)
- Place of Performance
- Address: Montrose, NY, USA
- Country: USA
- Country: USA
- Record
- SN06232895-F 20220205/220203230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |