SOLICITATION NOTICE
91 -- Andros Island Fuel Requirements
- Notice Date
- 9/21/2022 2:10:29 PM
- Notice Type
- Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60522Q0694
- Response Due
- 9/26/2022 9:30:00 AM
- Archive Date
- 09/27/2022
- Point of Contact
- Marichell Scott, Phone: 5717671748, Matthew Womer, Phone: 5713554188
- E-Mail Address
-
Marichell.Scott@dla.mil, Matthew.womer@dla.mil
(Marichell.Scott@dla.mil, Matthew.womer@dla.mil)
- Description
- �REQUEST FOR QUOTATION (RFQ) SPE605-22-Q-0694 This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-07 This acquisition has not been set-aside for small businesses and is issued under Full and Open Competition. The NAICS code is 324110 Petroleum Refineries Manufacturing, and the Small Business Size Standard is 1,500 employees, and a FSC Code of 9130, Liquid Propellants and Fuels, Petroleum Base. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item it did not manufacture itself, is 500 employees. This Acquisition will be evaluated using FAR Part 13. Purchase Request Reference: SPE605-22-Q-0694 Contracting Activity: ��� � � � DLA Energy � FEPBA � � � � � � � � � � � � � � � � � � � �8725 John J Kingman Road � � � � � � � � � � � � � � � � � � � Fort Belvoir, VA 22060 Government Representative: Marichell Scott Phone: 571-767-1748 Email: marichell.scott@dla.mill Request the purchase of the item listed below. A single award will be made as a result of evaluation of quotes received. Please provide a quote for the items listed below by NLT: 12:30 p.m. EST Monday, 26 September 2022. The required delivery date (RDD) for this requirement is as follows: CLIN 0001 and CLIN 0002 is 03 October 2022. If you have any questions, please feel free to contact the POC�s named above. CLINs 0001 and 0002 will be awarded all or none. Description of requirements: Item # Description Quantity (USG) Mode Delivery Unit Price (USD) CLIN 0001 9140-015240139 (DS2) 150,000 USG Barge Barge $ CLIN 0002 9130-012720983 (MUM) 10,000 USG Barge� � � � � � � � � � � � � $ Barge �������������������������$ CLIN 0001 PR 95971072 NSN Delivery Identification State 9140-015240139 (DS2) ANDROSIS - ANDROS ISLAND AA DIESEL FUEL Quantity: 150,000 USG Required Delivery Date (RDD): 3 October 2022 Delivery Address: NAVAL UNDERSEA WARFARE CENTER FPO AA 34058 Service Code Delivery DODAAC Ordering Office DODAAC NAVY SE5N00 SE5N00 Name �����������������Phone RACHID AKIF ����561-671-2603 Mode Receipt % Max Parcel Min Parcel FOB Restriction BARGE No. of Tanks Capacity Type Tank������������ ����������������������������Location ���� 1 �������������422000 ���ABOVE GROUND TANK(S) �����SITE 1 TANK 1503 ���� 1�������� ��� �8000 �������ABOVE GROU ND TANK(S) ����SITE 2 SALVADOR POINT 25 MILES SOUTH TANK 2073 ���� 1 �������������8000 �������ABOVE GROUND TANK(S) �����SITE 2 SALVADOR POINT 25 MILES SOUTH TANK 2072 Delivery Hours: 0700|2400|MONDAY THRU FRIDAY|� --------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CLIN 0002 PR 95971071 Quantity: 10,000 USG Required Delivery Date (RDD): 3 October 2022 NSN Delivery ���������������������Identification State 9130-012720983 (MUM) ����ANDROSIS - ANDROS ISLAND AA FUEL, GASOLINE Delivery Address: NAVAL UNDERSEA WARFARE CENTER FPO AA 34058 Service Code ��Delivery DODAAC Ordering Office DODAAC NAVY ���������������SE5N00 ����������������SE5N00 Name ���������������Phone RACHID AKIF �561-671-2603 Mode Receipt % Max Parcel Min Parcel FOB Restriction BARGE No. of Tanks Capacity �������Type Tank ��������������������������������� Location ��� 1 �����������������19100 �������ABOVE GROUND TANK(S) ���SITE #1/ TANK 1538 ��� 1 �����������������22000 �������ABOVE GROUND TANK(S) ���SITE #1 / TANK# 1502 Delivery Hours: DAYTIME MONDAY THRU SUNDAY ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ 1. SAM Unique ID Number__________________________________________________ 2. CAGE Code ___________________________________________________________ 3. Contractor Name _______________________________________________________ 4. Payment Terms/Discount (i.e. Net 15, Net 30, etc.) _____________________________ 5.�Delivery Date____________________________________________________________ 6.� Business Size (i.e. small business, women-owned, etc.) __________________________ �7. �POC___________________________________________________________________ 8. �Phone Number __________________________________________________________ 9. Email Address ______________________________________________________ 9. �FOB (Destination/Origin) _________________________________________________ BASIS FOR AWARD: � The Government will award a Fixed Priced contract to the responsible offeror whose offer, conforming to the requirements in this Request for Quotes (RFQ) will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors: Technical, and Price. The resulting award will be LPTA. The provision at FAR 52.212-2 Evaluation Commercial Items and related addenda apply to this acquisition. 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, and 2. Price. The contract award will be offered to the best value offer made to the Government, considering technical proposal, and price. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS � COMMERCIAL ITEMS: In paragraph (a) and (b) of 52.212-5, the following clauses applies: FAR 52.222-50, 52.203-6, 52.203-13, 52.203-15, 52.204-10, 52.209-6, 52.209-6, 52.209-9, 52.209-10; 52.223-18, 52.225-5, 52.225-13, 52.225-26, 52.232-33 and 52.233-3. THE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION� AND ARE INCORPORATED BY REFERENCE: Clauses� � � � � ��Description FAR 52.212-1�Instructions to Offerors Commercial Items FAR 52.212-2��Evaluation of Commercial Items FAR 52.212-3�Offeror Representations and Certifications Commercial Items FAR 52.212-4�Contract Terms & Conditions Commercial Items FAR 52.212-5� Contract Terms & Condition Required to Implement Statues or Executive Order Commercial Item FAR 52.203-3�Gratuities FAR 52.203-11��Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12��Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-7��System for Award Management FAR 52.204-18��Commercial and Government Entity Code Maintenance FAR 52.214-34��Submission of Offers in the English FAR 52.214-35��Submission of Offers in U.S. Currency FAR 52.216-1��Types of Contracts FAR 52.216-2��Economic Price Adjustment FAR 52.216-18��Ordering FAR 52.216-19��Order Limitations FAR 52.216-21��Requirements FAR 52.229-6��Taxes Foreign Fixed-Price Contracts FAR 52.223-3��Hazardous Material Identification and Material Safety Data FAR 52.242-13��Bankruptcy FAR 52.246.2��Inspection of Supplies � Fixed Price DFARS 252.203-7000��Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005��Representation Relating to Compensation of Former DoD DFARS 252.204-7012��Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7002�Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.222-7007�Representation Regarding Combating Trafficking In Persons DFARS 252.225-7020�Trade Agreements Certificates DFARS 252.225-7021�Trade Agreements� DFARS 252.225-7040�Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States DFARS 252.225-7041�Correspondence in English DFARS 252.225-7050�Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.225-7993�Prohibition on Providing Funds to the Enemy DFARS 252.227-7015�Technical Data � Commercial Items DFARS 252.233-7001�Choices of Law Overseas DFARS 252.232-7003�Electronic Submission of Payments Requests and Receiving Reports DFARS 252.232-7006�Wide Area Workflow Payment Instructions, DFARS 252.232-7010�Levies on Contract Payments DFARS 252.243-7002�Requests for Equitable Adjustment DFARS 252.246-7000�Material Inspection And Receiving Report DFARS 252.246-7004�Safety of Facilities, infrastructure/Equipment for military operations DFARS 252.247-7003�Pass-through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer DFARS 252.247-7023�Transportation of Supplies by Sea DFARS 252.247-7001�Price Adjustment DLAD 52.233-9000�Agency Protest DLAD 52.233-9001�Disputes Agreement to Use Alternative Dispute Resolution Note: 1. In your quote please do not include any taxes and fees from which the U.S. Government is exempt. 2. This requirement will be awarded based on Lowest Price Technically Acceptable (LPTA) source selection process.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c4230c33d7c04b8ab7ca399de50e7f52/view)
- Place of Performance
- Address: ANDROS ISLAND, BHS
- Country: BHS
- Country: BHS
- Record
- SN06474251-F 20220923/220921230140 (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 |