SOLICITATION NOTICE
91 -- JET A FUEL LOW SULFUR
- Notice Date
- 2/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424720
— Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC15540699Q
- Response Due
- 2/20/2015
- Archive Date
- 2/5/2016
- Point of Contact
- Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Jet A (ASTM D1655) with Sulfur Content <1000 PPM Gallon, Bulk.30,000 GALLONS. Delivery to WPAFB for pick up of additional Alternative fuel, and final delivery to P&W in Middletown CT for Full Annular combustion testing. Low-Sulfur Fuel requirements including fuel transportation and blending of Alternative Fuels 1.Provide eight (8) deliveries of 3,750 gallons / each of Jet-A (ASTM D1655) fuel with low sulfur content of <1000 ppm. 2.Is able to provide consistent fuel batches to limit outcome of combustion results. 3.Transportation of eight (8) deliveries of 3,750 Low-Sulfur fuel to Wright Patterson Air Force Base (WPAFB) to obtain an additional 3,750 gallons of Alternative fuel in the same fuel tanker. 4.Fuel blending of eight (8 ) deliveries of 7,500 gallons of Low-Sulfur/ Alternative fuel prior to being delivered to the Pratt and Whitney test site in Middletown, CT. 5.Transportation of eight (8) deliveries of 7,500 gallons of Low-Sulfur/ Alternative blended fuel to Pratt and Whitney test site in Middletown, CT starting on or about 3/1/2015. TBD 3/1/15 - 3/15/15. 6.Provide tanker transportation to WPAFB and Middletown facilities with consistent drivers and fuel tanker services. 7.Provide proper fuel fittings on tanker trucks to receive fuel at WPAFB 8.Provide fast turnaround on fuel deliveries within a 2-5 week window starting around 3/1/2015. TBD 3/1/15 - 3/15/15. 9.Is capable of transporting 7,500 gallons of fuel on one single tanker for blending purposes. 10.Is capable of meeting tight schedule for 8 separate fuel deliveries on an as called basis. 11.Is able to meet all fuel transportation regulations. The provisions and clauses in the RFQ are those in effect through FAC 2005-78 CURRENT FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 424720 / 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to WPAFB for pick up of additional Alternative fuel, and final delivery to P&W in Middletown CT for Full Annular combustion testing, is required within a set amount of days TBD ARO. Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail or fax) to DE VIANCOURT (Dorothy.E.Viancourt@nasa.gov) Not later than 02/12/2015 NOON. *********** Telephone questions will not be accepted. *********** Offers for the items(s) described above are due by FEBRUARY 20, 2015 NOON to Dorothy.E.Viancourt@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.2022-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18,52.225-1, 52.225-13, 2.232-33 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: meet specifications about pick-up and delivery places, dates and times shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15540699Q/listing.html)
- Record
- SN03634817-W 20150207/150205235849-8188cfc7fc38626bd2ebcfc717ab9420 (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 |