Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2024 SAM #8160
SOLICITATION NOTICE

91 -- SPE60524Q0962 Blount Island, FL, 8,000 USG, Diesel, ULSD (DS2), RDD 3 April 2024

Notice Date
3/29/2024 7:55:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60524Q0962
 
Response Due
4/1/2024 8:30:00 AM
 
Archive Date
04/16/2024
 
Point of Contact
Caitlyn Varricchione, Phone: 5715962613, Nicholas Labecki, Phone: 5714590425
 
E-Mail Address
Caitlyn.Varricchione@dla.mil, nicholas.labecki@dla.mil
(Caitlyn.Varricchione@dla.mil, nicholas.labecki@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. Quotes are being requested and a written solicitation will not be issued. This opportunity is restricted for a 100% Set Aside for Small Business Award, under NAICS code 324110, with a size standard of 1,500 employees. The Purchase Order (PO) resulting from this procurement will be a firm fixed-price PO. The solicitation, SPE605-24-Q-0962, is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP; FAR part 13), with FAR part 12 (Acquisition of Commercial Items). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2024-03 Effective Date 2/23/2024, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 02/15/2024, effective date 02/15/2024; DPAS rating for potential award is PO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at https://www.acquisition.gov. The prompt payment act is applicable. NOTE: All offerors shall have an active registration in System of Award Management (SAM), Small Business Administration (SBA), under NAICS 324110.� Scope of Contract: CLIN 0001 � The contractor shall provide under line item 0001: Fuel Type DIESEL FUEL, ULSD (DS2) (ON ROAD CLEAR) NSN: 9140-015240139� Quantity: 8,000 USG Required Delivery Date: April 3, 2024 Delivery Hours: 0700-1300 Delivery Address: 8998 BLOUNT ISLAND BLVD JACKSONVILLE FL 32226 Delivery Mode: Tank Truck No. of Tanks������� Capacity�������� Type�������������� Tank Location 1 � � � � � � 12000 � � � � � �ABOVE GROUND TANK(S) 5888 GATECO BLVD, JACKSONVILLE FL 322226 Special Note: 1. Inspection and Acceptance at Destination 2. Ensure driver carries two forms of I.D. 3. SPECIAL ACCESS 4. Driver must contact station representative one hour prior to delivery 5. Driver must also provide a valid Purchase Order number when they arrive on station **THIS DELIVERY TRUCK HAVE TO SHOW THE BILL OF LANDING AND GO THROUGH THE DELIVERY INSPECTION LANE AT THE SECURITY CHECKPOINT.� **WE HAVE OUR OWN PUMP WITH 4� HOSE CONNECTION, MUST HAVE DRIP BUCKET, PIG MAT, 4� HOSE, HOSE END CAPS, AND ENVIRONMENTAL SERVICE AGREEMENT ON FILE TO OFFLOAD.� FOB Destination.� Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area WorkFlow (WAWF). The following provisions and clauses apply to this acquisition: FAR 52-212- 1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: Lowest Price Technically Acceptable. The contract award will be offered to the best value offer made to the Government, considering price, technical capability, and past performance. FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders � Commercial Items. In paragraph (b) of 52.212-5, the following apply FAR 52.204-27, FAR 52.219-6, 28; 52.222-3, 19, 21, 26, 35, 36; 52.222-50; 52.223-18, and 52.232-34. FAR 52.246-2, and the following apply: FAR 52.211-11, DFARS 252.203-7000, 252.225-7021, and 252.232-7003 shall be applicable. FAR 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEPT 1989) �CONTRACTORS ARE REQUIRED TO ADHERE TO THE DELIVERY QUANTITY PRINTED ON THE ORDER. IF YOU DELIVER A QUANTITY IN EXCESS OF THE ALLOWABLE VARIATION CEILING, (10% VARIANCE). REFERENCE FAR 52.211-16 VARIATION IN QUANTITY (APR 1984), ""THE GOVERNMENT RESERVES THE RIGHT TO RETURN THE EXCESS QUANTITY AT THE CONTRACTORS EXPENSE.� PLEASE NOTE: DoD installations and Federal Government facilities have access control measures and procedures in place. You and your subcontractor are responsible for knowing and complying with all physical security measures and access control procedures on the DoD installation or Federal Government facility you are delivering to. Responsible offerors shall submit quotes to Offers are due by Monday, April 1, 2024, 11:30 A.M., Fort Belvoir, VA, time. Offerors shall include all applicable federal, state and local taxes in the offer price. Taxes, if applicable, included in the offer price shall be broken out when submitting quotes. DLA Energy appreciates your interest in this requirement. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03df59c27ecb4ce1a9023a9aeeed8312/view)
 
Place of Performance
Address: Jacksonville, FL 32226, USA
Zip Code: 32226
Country: USA
 
Record
SN07014490-F 20240331/240329230059 (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.