SPECIAL NOTICE
91 -- RFP SPE60523R02080004 AMENDMENT 0004 DLA Energy Federal Emergency Management Agency (FEMA) Purchase Program number 3.2F
- Notice Date
- 6/8/2023 10:08:22 AM
- Notice Type
- Special Notice
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60523R02080004
- Response Due
- 6/13/2023 1:00:00 PM
- Archive Date
- 06/28/2023
- Point of Contact
- Georgia Dotson, Phone: 703-338-0278, SANDRA A SMALLWOOD, Phone: 8047740904
- E-Mail Address
-
georgia.dotson@dla.mil, sandra.smallwood@dla.mil
(georgia.dotson@dla.mil, sandra.smallwood@dla.mil)
- Description
- Offerors must acknowledge receipt of this amendment by filling out block 8 above, and signing and dating blocks 15A, 15B, and 15C below, and returning this document� to DLAENERGYFEPAB@dla.mil and e-mail Georgia.Dotson@dla.mil, Sandra.Smallwood@dla.mil, Hannah.R.Savine@dla.mil RFP SPE60523R0208 has been amended to update the following sections: SECTION M � EVALUATION FACTORS FOR AWARD DLA Energy Provision M3.02 � Evaluation of Offers Where Alternate Escalators are Used (DLA Energy MAR 2021) is hereby added. M3.02 EVALUATION OF OFFERS WHERE Alternate ESCALATORS ARE USED (DLA ENERGY March 2021) (a)���FOR EVALUATION PURPOSES ONLY, when any offeror proposes alternate escalators as a basis for economic price adjustment for any line item, an evaluation factor will be applied�to the Final Proposal Revision (FPR) prices for all offers on such line items. The evaluation factor will ensure that all offerors are evaluated on an equal�basis by determining the offerors� average prices for the full 12-month period preceding the base reference date. (b)��The offeror's margin (plus or minus) will be established as the difference between the FPR price and the base reference price for the posting or publication being used for each offer. The base reference price is the price in effect on the base reference date in the posting or publication being used for the offer. The margin will then be added to the 12-month average of the posting or publication used for that offer to determine the offeror�s evaluated price. The 12-month average will be calculated over the most recent complete 12-month period�prior to the established reference date (i.e., if reference date is August 22, 2020, then the 12-month period would be August 2019 - July�2020). M3.02 Formula: FPR Price � Base Reference Price (BRP) = Margin Margin + 12-Month Avg. = Offeror�s Evaluation Price Example: DLA Recommended Escalator� � � � � � � � � � � � � � � � Alternate Escalator BRP� � $1.00� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �BRP� � � �$ 1.10� � � � � � 12 month Average���$1.50� � � � � � � � � � � � � � � � � � � �12 month Average� ��$1.58 Offer Price A (using DLA Recommended Escalator) FPR Price� � � � � � � Margin (FPR Price � BRP)� � � � � � Evaluated Price (Margin + 12-Month Avg) � �$1.11� � � � � � � � � � � �$1.11 - $1.00 = $0.11� � � � � � � � � � � � � � � � $0.11 + $1.50 = $1.61 Offer Price B (using Alternate Escalator) FPR Price� � � � � � � Margin (FPR Price � BRP)� � � � � � � � � � � � Evaluated Price (Margin + 12-Month Avg) $1.12� � � � � � � � � � � � � $1.12 - $1.10 = $0.02� � � � � � � � � � � � � � � � $0.02 + $1.58 = $1.60 � � � � a.� Required fill in attachments for M3.02 � � � � � � � 1.� Attachment 16 - Posting History Instructions-Worksheet � � � � � � � 2. Attachment 17- Company Posting 12 Month History Spreadsheet 2.� �Diesel Exhaust Fluid, commonly referred to as DEF requirement is hereby added to Clause 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021). � � � (a) Basis for Award � � � � �Factor 4: Price Offerors shall offer on all products within each delivery region, if not the offer will be unacceptable. Offerors must include a unit price for all line items within each Award Lot. Each delivery region will be evaluated and awarded separately. There are eight (8) separate Award Lots based on geographic location and product. There are four (4) Delivery Regions and two (2) Award Lots per Delivery Region as follows: A. Contiguous United States � � �1. Diesel, DEF, Gasoline & Propane � � � 2. Jet & AVGAS B. Alaska: � � 3. Diesel, DEF, Gasoline & Propane � � 4. Jet & AVGAS C. Puerto Rico & US Virgin Islands (Saint Croix, Saint John, Saint Thomas) � � �5. Diesel, DEF, Gasoline & Propane � � �6. Jet & AVGAS D. Pacific (Hawaii, Guam, American Samoa, Commonwealth of the North Mariana Islands) � � �7. Diesel, DEF, Gasoline & Propane � � �8. Jet & AVGAS DIESEL EXHAUST FLUID (DEF) Unit of Issue = One (1) 55 Gallon Drum (DR) Unit of Issue = One (1) 2.5 Gallon Container (CO) If quoting Diesel pricing for Award Lots, A-1, B-3, C-5, or D-7 shall also quote pricing for the DEF requirement for Award Lots A-1, B-3, C-5, or D-7.� DEF pricing will be provided on Attachment 2 � Pricing � Readiness Drills-Trucks-Barge-Rail.� To be Technically Acceptable � Offeror shall provide a statement with their Company Name and shall provide DEF by both 2.5 gallon container and 55 gallon drum with diesel products as necessary throughout the performance period of contract. If no statement is provided the offer will be unacceptable. DIESEL EXHAUST FLUID (DEF) BACKGOUND FEMA has requested DLA Energy to provide Diesel Exhaust Fluid (DEF) under the DDF FEMA contingency solicitation, which is established to support FEMA in the performance of its missions, including but not limited to, Disaster Relief Planning and Preparedness and Disaster Relief efforts related to relief of natural and man-made disasters and emergencies within 48 states, Hawaii, Alaska and U.S. Territories (Puerto Rico, Guam, Commonwealth of the Northern Mariana Islands CNMI, American Samoa, Virgin Islands: St. Thomas, St. John and St. Croix). Diesel exhaust fluid, commonly referred to as DEF, that's used to chemically reduce nitrogen oxides emissions (NOx) from non?road mobile machinery and heavy equipment. DEF is a critical component now of generator systems and vehicles after 2010 because it is required to meet emissions regulations. TIME SPECIFIED FOR RECEIPT OF OFFERS: Please note that all required documents to be submitted as part of an Offeror�s proposal shall be received, as stated no later than: June 13, 2023 at 4:00PM Eastern Standard time (Ft. Belvoir, VA Local Time). All other terms and conditions set forth under solicitation SPE605-23-R-0208 remain in-force and unchanged.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2fdf5343f26437ea7b9609f678fec29/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06708663-F 20230610/230608230109 (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 |