Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2025 SAM #8641
SOLICITATION NOTICE

91 -- SPE60525R0221, COG 8 Posts, Camps and Stations

Notice Date
7/22/2025 12:56:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60525R0221
 
Response Due
8/12/2025 1:30:00 PM
 
Archive Date
09/01/2027
 
Point of Contact
Regina Daniels, Phone: 5716230293, Georgia Dotson, Phone: 7033380278
 
E-Mail Address
regina.daniels@dla.mil, georgia.dotson@dla.mil
(regina.daniels@dla.mil, georgia.dotson@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), SPE60525R0221 3.28 COG 8 Posts, Camps and Stations (PC&S) and includes applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04 effective as of 11 June 2025, Defense Federal Acquisition Regulation Supplement (DFARS) change date 17 January 2025, Defense Logistics Agency Directive (DLAD) 14 July 2025, with the same force and effect as if they were given in full text. The full text of the referenced clause and provision in this solicitation may be accessed electronically at https://www.ecfr.gov/current/title-48/chapter-1, https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ and, https://www.dla.mil/Acquisition/Policy-and-Directives/#98025. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. This procurement is being issued as a TOTAL SMALL BUSINESS SET-ASIDE North American Industrial Classification Standard (NAICS): 324110 Small Business Size Standard: 1500 employees or refining no more than 200,000 barrels per calendar day. The Nonmanufacturer Waiver (NMR) was approved for all line items. This is an open-continuous solicitation and additional line items may be added until September 2027. COG 8 Clusters are located in Idaho, Montana, Oregon, and Washington states. The following Contract Line Items (CLINS) are being solicited and will be awarded All-or-None for the location within Clusters. If you offer on any line item in a cluster, you must offer on all the line items within that cluster. The lowest price will be determined by evaluating requirement by locations on an all or none basis. All solicited line-item(s) for each location identified will be evaluated and awarded independently unless in a cluster. In particular multiple line-items for a single location/site will be awarded on an all or none competitive basis or as a cluster. The requirement(s) will be awarded to the technically acceptable offeror with the lowest overall extended price for each cluster. SMALL BUSINESS CONCERNS: Solicitation SPE60525R0221 is totally set aside for small businesses. Thirty-Five (35) line items (Clusters 10, 11, 12, 20, 21, 22 24, and 25) will be set aside for Service Disabled Veteran-Owned Small Business (SDVOSB) and Sixteen (16) line items (Clusters 1, 2, 4, 7, 8, 9 & 13) will be set aside for WOSB.. In accordance with FAR 19.1503(b)(1) and (2) contracting officer has a reasonable expectation based on market research there is a reasonable expectation that two or more SDVOSB or Women Owned Small Business (WOSB) will submit offers and award can be made at a fair and reasonable price. SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBS): Pursuant to 38 U.S.C. � 8127(d) and (j), purchases on behalf of the VA must be set aside for service-disabled veteran-owned small businesses (SDVOSBs) if there is a reasonable expectation that two or more SDVOSBs will submit offers and award can be made at a fair and reasonable price. Under 38 USC. � 8127(f), the VA established a database of small businesses owned by veterans and service-disabled veterans, the Department of Veterans Affairs Center for Verification and Evaluation (CVE). The CVE is responsible for establishing and maintaining a database within the VA of certified SDVOSB. Section 8127(e) further states that to be awarded a contract under this preference rule, a business must be listed within the database, required under � 8127(f). The Veterans Administration Acquisition Regulation (VAAR) supplement implements the eligibility statute, for award. All SDVOSB must be registered as confirmed in the VA�s Vendor Information Pages (VIP) database (see VAAR819.7003(b)(3) (deviation). To be eligible for award for the line items set-aside for SDVOSBs below, the SDVOSB submitting an offer must be listed as verified in the Department of Veterans Affairs Vendor Information Pages (VIP) database, https://www.vip.vetbiz.va.gov/. WOMEN OWNED SMALL BUSINESS (WOSB): IAW FAR 19.1503 Registered in the System for Award Management (SAM); and Designated as a certified WOSB concern in SAM (see 19.1505(d) for set aside procedures). Pending applications for certification are only in the Dynamic Small Business Search (DSBS) at https://web.sba.gov/pro-net/search/dsp_dsbs.cfm. IAW FAR 19.1505(e) Unless the offeror is designated as certified in SAM or has a pending application for certification in DSBS, the offer is not eligible for award and shall be removed from consideration. Period of Performance: 01 November 2025 through 31 October 2028: Delivery shall be FOB destination; (See Narrative Detail in Attachment A - Schedule). Offers are due: 12 August 2025, no later than 4:30 P.M. Eastern Standard Time. Offers must be completed and signed proposals shall be submitted via Offer Entry Tool (OET). All amendments to this combined synopsis/solicitation must all be signed and uploaded to OET. It is recommended that you submit your proposals no later than 4:00 PM the day before the closing date. Please see Attachment B � AMPS Role Guide and Attachment C � PCS OET Vendor Guide. Offerors are responsible for ensuring they have requested and received access to OET in order to submit their offers prior to the solicitation deadline. All remaining proposal documentation must be submitted via OET. If you are unable to submit in OET then send via email regina.daniels@dla.mil, ashley.koritzer@dla.mil, john.stanislaus@dla.mil,and georgia.dotson@dla.mil but vendors are responsible to submit all documents and prices in OET once they gain access.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f9f650e12c04768a8c2a05320781fef/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07519719-F 20250724/250722230047 (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.