Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2024 SAM #8165
SOLICITATION NOTICE

91 -- RFP AMENDMENT SPE605-23-R-0208-0008

Notice Date
4/3/2024 5:13:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE605-23-R-0208
 
Response Due
4/17/2024 1:00:00 PM
 
Archive Date
05/02/2024
 
Point of Contact
Mary Katherine (Katie) Richardson, Phone: 7032231920, SANDRA A SMALLWOOD, Phone: 8047740904
 
E-Mail Address
Mary.1.Richardson@DLA.mil, sandra.smallwood@dla.mil
(Mary.1.Richardson@DLA.mil, sandra.smallwood@dla.mil)
 
Description
Offerors must acknowledge receipt of this amendment by filling out block 8, and signing and�dating blocks 15A, 15B, and 15C (on page 1), and returning this document with their offer to�DLAENERGYFEPAB@dla.mil and e-mail Mary.K.Richardson@dla.mil, Sandra.Smallwood@dla.mil, and Hannah.R.Savine@dla.mil. RFP SPE60523R0208 Amendment 0008 is being issued to add four additional award lots, lsolicitation ine�items 0207 through 0246 only applies to this RFP amendment for the delivery of fuel products (Diesel, DEF,�Gasoline, Propane, Jet, and AVGAS) by means of tug/barge transportation only. The (4) four�award lots will be awarded independently and include two award lots for the requirements for�Region C and two award lots for the requirements of Region D (Award Lots 5 & 6 and Award�Lots 7&8 respectively).The awards for these four award-lots will be made according to the�criteria in Section M listed below. SECTION M � EVALUATION FACTORS FOR AWARD Under FAR 52.212-2 EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL�SERVICES (NOV 2021) (a) Basis for Award. The Government intends to evaluate offers and award a contract to the�responsible offeror(s) evaluated as providing the best value to the government as a result of the�solicitation. In order to receive the award, offerors must (1) be deemed responsible IAW FAR�Part 9, (2) conform to all required terms and conditions, and (3) represent a best value to the�Government, price and other factors considered. However, the Government will not pay a price�premium that it considers to be disproportionate to the benefits associated with the proposed�margin of service superiority. The following factors shall be used to evaluate offers: � Factor 1. Business Proposal � Factor 2 Technical Capability/Risk � Factor 3 Past Performance � Factor 4 Price Award will be made to the responsible offerors whose proposals, conforming to the solicitation,�are determined to be the best value to the Government, as follows: �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 fuel products (Diesel, DEF, Gasoline,�Propane, Jet, and AVGAS) and tug/barge transportation (loaded with fuel products and unloaded�without fuel products) price within each Award Lot. Each delivery region will be evaluated and�awarded separately. There are four (4) separate Award Lots based on geographic location and�product. There are Two (2) Delivery Regions and Two (2) Award Lots per Delivery Region as�follows: - C. Puerto Rico & US Virgin Islands (Saint Croix, Saint John, Saint Thomas) 5. Diesel, Gasoline & Propane 6. Jet & AVGAS - D. Pacific (Hawaii, Guam, American Samoa, Commonwealth of the North Mariana Islands) 7. Diesel, Gasoline & Propane 8. Jet & AVGAS� A written notice of award or acceptance of an offer, mailed or otherwise furnished to the�successful offeror within the time for acceptance specified in the offer, shall result in a binding�contract without further action by either party. Before the offer�s specified expiration time, the�Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 via email to�DLAENERGYFEPAB@dla.mil, Mary.K. Richardson@dla.mil, Sandra.Smallwood@dla.mil, and Hannah.R.Savine@dla.mil as stated no later than: April 17, 2024, at 4:00PM Eastern�Standard time (Ft. Belvoir, VA Local Time). RFP SPE605-23-R-0208 Amendment 0008 applies to solicitation lines 0207 through 0246 ONLY, any�quoted offers submitted on previous solicitation line items will not be accepted for evaluation.� 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/59e266b8e0ad4acd9452a7c6692c54db/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07019164-F 20240405/240403230053 (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 |
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.