Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2024 SAM #8079
SPECIAL NOTICE

91 -- RFP SPE60523R02080007 AMENDMENT 0007 DLA Energy Federal Emergency Management Agency (FEMA) Purchase Program number 3.2F

Notice Date
1/8/2024 12:49:26 PM
 
Notice Type
Special Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60523R02080005
 
Response Due
7/7/2023 1:00:00 PM
 
Archive Date
01/23/2024
 
Point of Contact
Mary Katherine (Katie) Richardson, Phone: 7032231920, SANDRA A SMALLWOOD, Phone: 8047740904
 
E-Mail Address
MARY.K.RICHARDSON@DLA.MIL, sandra.smallwood@dla.mil
(MARY.K.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 0007 is being issued to update the solicitation to remove the tug/barge transportation requirement from Region C & Region D (Award Lots 5&6 and Award Lots 7&8) as follows: (1)��������� Under FAR 52.212-2 EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), Factor 2: Technical Capability/Risk and Factor 4: Price are updated for Region C & Region D (Award Lots 5&6 and Award Lots 7&8). Specifically, for award Lots 5&6 (Puerto Rico/US Virgin Island) and Award Lots 7&8 (Pacific), the Barge and tug requirements are removed from Factor 2 (Technical Capability/Risk) and Factor 4 (Price). The Barge and tug requirement for Region C and Region D, Award Lots 5&6 and Award Lots 7&8, is removed from this solicitation. (2)��������� Barge and tug Requirements for Factor 2: Technical Capability/Risk and Factor 4: Price shall only apply to: Region A - Award Lots 1&2 and Region B - Award Lots 3&4. (3)��������� The Barge Price Requirement is removed from the Pricing � DEF-Readiness Drill-Truck-Barge Attachment 2 (Excel Spreadsheet) for Region C and Region D, Award Lots 5&6 and Award Lots 7&8. (4)��������� Under SECTION M � EVALUATION FACTORS FOR AWARD, FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) is changed as follows to remove barge and tug requirements for Award Lots 5&6 and Award Lots 7&8: (i) Factor 2: Technical Capability/Risk, Subfactor 2: Response and Sustainment Plan: The language, �Provide a list of Ports locations for barge access within each delivery region. Identify the port location and the fuel loading and off-loading capabilities,� is changed to, �For CONUS and Alaska locations (Award Lots 1-4) provide a list of Ports locations for barge access within each delivery region. For CONUS and Alaska locations (Award Lots 1-4), identify the port location and the fuel loading and off-loading capabilities (Award Lots 1-4).� All mention of Tug and Barge requirements in Subfactor 2: Response and Sustainment Plan is applicable to Award Lots 1-4 only. (ii) Factor 2: Technical Capability/Risk, Subfactor 3: Equipment: The language �The Government will assess the offeror�s ability to arrange and execute transportation to support orders placed under an awarded contract. Offerors must demonstrate ownership of trucking, tug, and barge assets or the existence of firm transportation subcontracts. The Government will also evaluate the condition and capabilities of owned/subcontracted trucking, tug, and barge assets to ensure capability to provide sufficient transportation of the product. Additionally, for CONUS and Alaska locations (Award Lots 1-4) offerors must also demonstrate ownership of rail tankcar assets or the existence of firm transportation subcontracts and the Government will evaluate the condition and capabilities of those owned/subcontracted rail tankcar assets as part of the overall evaluation of the capability to provide sufficient transportation of the product for those lots,� is changed to, �The Government will assess the offeror�s ability to arrange and execute transportation to support orders placed under an awarded contract. Offerors must demonstrate ownership of trucking assets or the existence of firm transportation subcontracts. The Government will also evaluate the condition and capabilities of owned/subcontracted trucking assets to ensure capability to provide sufficient transportation of the product. Additionally, for CONUS and Alaska locations (Award Lots 1-4) offerors must also demonstrate ownership of rail tankcar, tug, and barge assets or the existence of firm transportation subcontracts and the Government will evaluate the condition and capabilities of those owned/subcontracted rail tankcar, tug, and barge assets as part of the overall evaluation of the capability to provide sufficient transportation of the product for those lots.� The language �Evidence that the Offeror and its equipment offered currently possess or are eligible for United States Coast Guard (USCG) approval to operate in required US coastal and inland waterways. The offeror shall submit a letter self-certifying they will comply with all USCG regulations and applicable licenses and insurances during the life of the contract performance as required per PWS 2.5 Self-Certified Letter,� is changed to �Evidence that the Offeror and its equipment offered currently possess or are eligible for United States Coast Guard (USCG) approval to operate in required US coastal and inland waterways. (Award Lots 1-4) The offeror shall submit a letter self-certifying they will comply with all USCG regulations and applicable licenses and insurances during the life of the contract performance as required per PWS 2.5 Self-Certified Letter. (Award Lots 1-4)� The language �The Offeror shall provide the United States Coast Guard (USCG) Certificate of Inspection (COI) to verify ownership or control for the barges to be utilized during the contract period of performance. For the tugs, provide the USCG COI or other documentation of proof of ownership. The USCG COI or other documentation of proof of ownership must have an expiration date after the date of solicitation issuance,� is changed to �The Offeror shall provide the United States Coast Guard (USCG) Certificate of Inspection (COI) to verify ownership or control for the barges to be utilized during the contract period of performance. (Award Lots 1-4) For the tugs, provide the USCG COI or other documentation of proof of ownership. (Award Lots 1-4) The USCG COI or other documentation of proof of ownership must have an expiration date after the date of solicitation issuance. (Award Lots 1-4)� All mention of Tug and Barge requirements in Subfactor 3: Equipment is applicable to Award Lots 1-4 only. (iii) Factor 4: Price: The language �The offeror shall complete the Pricing � Readiness Drill-Truck-Barge with the proposal rate per hour for truck fees, truck fees in transit for OCONUS and provide proposal rate per the monthly rates per for barge and tug, and provide proposal rate for seven (7) days for rail tankcar (Award Lots 1-4),� is changed to, �The offeror shall complete Attachment 2 Pricing �DEF- Readiness Drill-Truck-Barge with the proposal rate per hour for truck fees, truck fees in transit for OCONUS and provide proposal rate per the monthly rates per for barge and tug (Award Lots 1-4), and provide proposal rate for seven (7) days for rail tankcar (Award Lots 1-4).� The language �Offers shall provide a unit price break down for all line items (all fuel products, truck fee, tug, and barge and rail tankcar fee (Award Lots 1-4),� is changed to, �Offers shall provide a unit price break down for all line items (all fuel products, truck fee, tug (Award Lots 1-4), barge (Award Lots 1-4) and rail tankcar fee (Award Lots 1-4).� In the table under the language �For evaluation only, the contracting officer will determine an estimated price for a sample event for each award lot, as stated below,� the rows for Award Lots 5-8 are changed to the following: see attached SF30 for the Amendment 0007.� All mention of Tug and Barge requirements in Factor 4: Price is applicable to Award Lots 1-4 only. 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/82429126dcc1428eb881b4b2f5de7255/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06929404-F 20240110/240108230043 (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.