SOLICITATION NOTICE
91 -- SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
- Notice Date
- 4/18/2025 4:45:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60525R-0208
- Response Due
- 5/12/2025 7:00:00 PM
- Archive Date
- 05/27/2025
- Point of Contact
- SANDRA A SMALLWOOD, Phone: 8047740904, Kimberly Binns, Phone: 57173637606
- E-Mail Address
-
sandra.smallwood@dla.mil, kimberly.binns@dla.mil
(sandra.smallwood@dla.mil, kimberly.binns@dla.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9) THE ENCLOSED SOLICITATION COVERS THE FOLLOWING: ORDERING PERIOD: 01 OCTOBER 2025 THROUGH 30 SEPTEMBER 2030 DELIVERY PERIOD: 01 OCTOBER 2025 THROUGH 30 SEPTEMBER 2030 PART: U.S. GOVERNMENT PROCUREMENTS CLASS CODE: 91 � Fuels, Lubricants, Oils and Waxes ISSUING OFFICE: Defense Logistics Agency - Energy ATTN: DLA-ENERGY-FEPAB, Sandra A. Smallwood & Kimberly Binns 8725 John J. Kingman Road Ft. Belvoir, VA 22060-6222 RESPONSES DUE: 12 May 2025; 10:00 PM, Eastern Standard Time (EST) Fort Belvoir, VA Local Time ORDERING PERIOD: 01 October 2025 through 30 September 2030 DELIVERY PERIOD: 48 Hours after 01 October 2025 through 30 October 2030 (30 days after end of ordering period) ITEMS TO BE PURCHASED: VARIOUS FUEL PRODUCTS DISTILLATES AND RESIDUALS FOR DEPARTMENT OF DEFENSE AND FEDERAL CIVILIAN AGENCIES IN THE STATE OF ALASKA. GENERAL DESCRIPTION: This is for commercial items prepared in accordance with the format in FAR Subpart 12 and 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. REGULATIONS: This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC2025-03 dated 17 January 2025; Federal Acquisition Regulation (FAR) Effective 17 January 2025; Defense Federal Acquisition Regulation Supplement (DFARS) Changed 17 January 2025; Defense Logistics Agency Directive (DLAD) effective, 6 September 2024; and Defense Logistics Agency Energy Procurement Instruction (DEPI) effective December 2024; up to Procurement Flash 2025-0046, effective 19 November 2024. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. DPAS rating for potential award is DO. The text of the referenced clause and provision in this solicitation may be accessed electronically in full text at https://www.acquisition.gov/ and https://www.dla.mil/acquistion/. Contracting Authority for this mission was delegated by National Oceanic and Atmospheric Administration (NOAA) / National Environmental Satellite, Data, and Information Service (NESDIS) / Office of Satellite and Product Operations (OSPO)/ Fairbanks Command and Data Acquisition Station to DLA Energy through the US Government General Terms & Conditions (GT&C # A2311-013-097-055240) FS Form 7600A signed on 01 October 2023 and valid through 30 September 2028. Direct Delivery Fuels provides worldwide acquisition and integrated materiel management of commercial fuels delivered directly to military and federal civilian customers. This includes the procurement of commercial specification aviation fuel at commercial airports, commercial ship propulsion fuels at commercial seaports and commercial ground fuels (diesel, gasoline, and �green� products) delivered by commercial vendors at DoD and federal civilian facilities worldwide. In addition, Direct Delivery supports short notice provisioning of fuel for worldwide contingency operations and humanitarian relief efforts, provides the full range of contract administration activities and technical support using automated information systems, and provides information technology and fuel card acquisition and support services. DLA Energy may apply reasonable additional surcharges, not covered in the CPR, as appropriate, to the Customer for unique fuel-related expenses caused by Customer action or inaction. For example, DLA Energy is not responsible for demurrage, remain onboard, delivery delays, Customer acceptance delays, backhaul, unique delivery requirements, ordering more fuel than required, or ordering more fuel than the Customer can safely accept, etc. SOLICITATION NUMBER: SPE605-25-R-0208 is a combined synopsis/solicitation for commercial items issued as a request for proposal (RFP). Submit written offers only, oral offers will not be accepted. The Government intends to procure petroleum fuel products using FAR Subpart 12.6 Streamlined Procedures and FAR Subpart 15.3 Source Selection Procedures for Evaluation and Solicitation for Commercial Items. The Government will award a fixed price with economic price adjustments; requirements-type contracts resulting from the Solicitation to the responsible offeror(s) whose offer, conforming to the Solicitation, will be most advantageous to the Government, with price and other factors considered (See Evaluation criteria under SECTION M). DLA Energy will use a best overall value acquisition strategy for this acquisition. This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. In accordance with the solicitation�s evaluation clause FAR 52.212-2 EVALUATION � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) This is an open continuous solicitation with successive closing dates for DLA Energy Posts, Camps and Station (PC&S) Purchase Program 3.9, Alaska requirements. The Government anticipates receiving new requirements throughout the performance period. Therefore, solicitation SPE605?25?R?0208 will remain open until September 30, 2030, for any new SLINs to be solicited. As new requirements are received, the Government will issue amendment(s) to the solicitation, with new closing dates for the new requirements, and afford all offerors an opportunity to compete for the new SLINs. This acquisition is issued under a Partial Small Business Set Aside. NOTICE TO SMALL BUSINESS CONCERNS: In accordance with FAR 19.000(b), FAR Part 19 � Small Business Programs. This procurement is being issued as A PARTIAL SMALL BUSINESS SET-ASIDE. This RFP has eighty-eight (88) contract line items set-aside for Small Businesses. The remaining seventy-nine (79) contract line items are solicited under Full and Open Competition. Solicitation line 0076 and 0166 will not be used in this solicitation. North American Industrial Classification Standard (NAICS): 324110 Small Business Size Standard: 1500 employees or no more than 200,000 barrels per calendar day total Operable Atmospheric Crude Oil Distillation capacity. (See 13 C.F.R. � 121.201). Offerors that propose to furnish an item that it did not itself manufacture, but wants to be considered for a set-aside award, must comply with 13 C.F.R. � 121.406. FAR 52.219-7, Notice of PARTICAL Small Business Set-Aside (NOV 2020) applies to the line items identified in Attachment B� Small Business Set Asides as set aside for Small Businesses. The Non-Manufacturer Rule does not apply to Small Business set aside line items because they are valued below the Simplified Acquisition Threshold. For questions concerning Small Business matters, contact DLA.ENERGY.OSBP@DLA.MIL. CONTRACTING RELATED PERIOD OF PERFORMANCE: The ordering and delivery period for all items is 01 October 2025, through 30 September 2030, with a thirty-day delivery carryover period through 30 October 2030, and an option to extend the contract six months from 01 October 2030 to 30 March 2031. SCHEDULE: The description, quantities, location, delivery hours, equipment, and other details required for this solicitation are listed in ATTACHMENT A �SCHEDULE OF SUPPLIES�. Note: Delivery of all line items in the schedule of supplies shall be F.O.B. Destination. All solicitation line-item numbers (SLIN) and separate pricing for the six (6) month extension are in U.S. Gallons (USG). Attachment C � Alaska TSW - GOV'T Preferred BRP Indexes and Escalators. See Attachment S - Alaska Six (6) Month Extension Requested Price Offer. The ordering period for all items is the date of award through 30 September 2030. The delivery period for all items is 7 days after receipt of an order through 30 September 2030, with a thirty-day delivery carryover period through 30 October 2030. Payment Term of �AP00� will apply to all Small Business Set-aside contracts awarded from this solicitation and Payment Term �Net 30� will apply to all Full and Open contracts awarded from this solicitation. Any reference to DAY(S) within this solicitation should be considered Calendar (s) (Sunday through Saturday) unless otherwise specified. Hours of operation listed are for the time zone specific to each requirement line item. Any other reference to hours/time, unless otherwise stated, within the solicitation will be for Eastern Standard Time (EST). Any reference to Holiday(s) shall be considered U.S. Holidays, unless otherwise noted. The vendors who submit proposals for Eareckson Air Station (Eareckson), a remote island of Shemya shall submit proposals on all fuel products at this location for both types of delivery methods listed below Eareckson Air Station (Eareckson), on the remote island of Shemya, sustained major damage due to a strong winter storm early in 2020. The pier requires extensive/lengthy repairs. The pier is undergoing weather-related repair to its pier and at this time it is unknown when repairs will be completed. A Government-provided dock for barge delivery for line items 0014, 0154, and 0168 will not be available while the Eareckson (Shemya) pier is undergoing repair. Due to potential hazards, no anchoring will be authorized in Alcan Harbor until a cleared area for berthing is established. While the pier is undergoing repair, beach landing delivery will be required, which may also be vulnerable to weather or pier/dock repair and construction. Beach landing deliveries will require coordination with the United States Air Force Pacific Regional Support Center for receiving point instructions and certain filter system requirements to accommodate fuel deliveries. There will be two (2) different scenarios for delivery for the Eareckson/Shemya locations utilizing two (2) different delivery methods. Delivery method for Shemya/Eareckson AFS location if/when the pier has been repaired (which is considered a normal barge delivery) The Government will order fuel products (MUR, DS1, and JA1) under line items 0014, 0154, and 0168 when the Eareckson pier is fully functional and capable of receiving fuel delivery by barge. Delivery method for Shemya/Eareckson AFS location when the pier is under construction (which is considered an alternative delivery). The Government will order fuel products (MUR, DS1, and JA1 ) under line items 0165, 0167, and 0169 only while the Eareckson pier is undergoing repairs. If offer is provided for line item 0014 then you must also provide an offer for line item 0165 If offer is provided for line item 0154 then you must also provide an offer for line item 0167 If offer is provided for line item 0168 then you must also provide an offer for line item 0169 ADDENDA TO FAR 52.212-1 North American Industry Classification System (NAICS): The NAICS classification for this procurement is 324110. (b) Submission of offers. The following is hereby added: All price, quantity, delivery, and transportation terms as specified in the Offer Entry Tool and Offeror Submission Package. (c) Period of Acceptance. The Government requires a minimum acceptance period of 180 days. Pursuant L1.02 � PROPOSAL ACCEPTANCE PERIOD (DLA ENERGY NOV 1991), Offerors agree to honor prices indicated in their Offers agree to honor prices indicated in their Offers for 180 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ADDENDA TO FAR 52.212-4 (m) Termination for cause. In addition to paragraph (m), the Government�s rights include those contained in I11.01-2. ECONOMIC PRICE ADJUSTMENT AND BASE REFERENCE PRICE: Please refer to B19.27 ECONOMIC PRICE ADJUSTMENT � ESTABLISHED CATALOG PRICE (ALASKA/HAWAII) (DLA ENERGY APR 2020). The base reference date is 02 January 2025. Offerors MUST use the publication listed for each line item schedule as the escalation reference for their offer prices. After award, the contract price for all Line Items will escalate/de-escalate DAILY (Monday through Friday, and any deliveries made on Saturday and Sunday will use Friday�s Price). In accordance with the above Economic Price Adjustment clauses based upon the prescribed escalation publication referenced in the solicitation. Price changes are not based on product cost or vendor profit margin. PROPOSALS QUESTION AND ANSWER PERIOD: To encourage maximum participation on ALL line items a question and answer period has been established. Starting from the issue date of this solicitation to 22 April, 2025; 10:00p.m. Eastern Standard Time (EST) all potential Offerors may ask any and as many questions as they may need to fully participate and respond to all the listed line items (Attachment A). No further questions shall be accepted after the above stated date and time. All questions are to be sent to Sandra.Smallwood@dla.mil. Answers will be consolidated and answered via an official Q&A amendment to the solicitation, if applicable. Extensions of the closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable. 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: 12 May 2025 at 10:00PM Eastern Standard time (Ft. Belvoir, VA Local Time). OFFER SUBMISSION: ALL fuel product solicitation line (SLIN) offers with supporting required documents must be submitted in DLA Energy PC&S Offer Entry Tool (OET). Use of the PC&S OET is mandatory for this solicitation. Information regarding OET access and offer submission, please refer to SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES and 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICE (SEPT 2023) for instructions on how to prepare and submit a proposal. TAX AND FEE INFORMATION: Offerors are responsible for ensuring ALL applicable taxes and fees are included in their offer price. INCLUDE: Any Federal Excise Taxes (FET) shall be included in your offer prices. INCLUDE: Any State and Local environmental, oil spill taxes, and inspection fees shall be included in your offer prices, unless an exemption applies. Offerors are responsible for confirming the applicability of taxes and tax rates with the state or local tax authorities. Offerors are advised that offer prices shall include FET and all other applicable taxes and fees and all other costs arising from contractor's performance of the contract, where no U.S. Government or Department of Defense exemption applies. Offeror price shall be a unit price per gallon. 5. LATE OFFERS: Please note that offers must be received before 12 May 2025; 10:00 PM, Eastern Standard Time (EST) Fort Belvoir, VA Local Time. Any offer received after 12 May 2025; 10:00 PM, Eastern Standard Time (EST) Fort Belvoir, VA Local Time will be considered �late.� Offeror(s) assume all risk for any delay in the transmission of their proposals. All offerors are encouraged to review paragraph (f) of FAR 52.212-1� INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCT AND COMMERCIAL SERVICES (SEPT 2023). 6. DISCUSSIONS: The government anticipates and intends to award without discussions; however, to maximize the government�s ability to obtain best value, it may be necessary to conduct discussions. Discussions may be conducted either orally or in writing. The scope and extent of discussions are a matter of contracting officer judgement. Offerors are advised to submit initial proposals, which are abundantly and clearly compliant without the need for additional information. 7. COMPETITIVE RANGE: The government reserves the right to limit, for purposes of efficiency, the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. If the contracting officer decides that an Offeror's proposal should no longer be included in the competitive range, the proposal shall be eliminated from consideration for award and written notice of the decision shall be provided to the unsuccessful Offeror in accordance with FAR 15.503. POINTS OF CONTACT: Information Regarding Solicitation SPE605-25-R-0208 Points of contact for information regarding this solicitation are: Sandra A. Smallwood Kimberly Binns Phone: (804) 774-0904 Phone: (571) 767-8460 Email: Sandra.Smallwood@DLA.MIL Email: Kimberly.Binns@DLA.MIL DLA Energy Group Email DLAEnergyFEPAB@dla.mil WEB ADDRESS: https://today.dla.mil/Pages/Home.aspx RESPONSES DUE: Please note that all required documents to be submitted as part of an Offeror�s proposal shall be received, as stated NLT: 12 May 2025 at 10:00PM, Eastern Time, (Ft. Belvoir, VA Local Time)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8888e3a399a74f06b037412a66294e52/view)
- Place of Performance
- Address: AK, USA
- Country: USA
- Country: USA
- Record
- SN07414539-F 20250420/250418230046 (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 |