Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303

Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft Belvoir, VA 22060-6222

91 -- DIESEL LOW SULFER #2 (DF2) AND JET A-1 SOL SP0600-99-R-0073 DUE 031999 POC Mike Palese, (703) 767-9561; Ray Bone, (703) 767-9536 WEB: Dominican Republic PC&S Solicitation page, http://www.desc.dla.mil/main/p/grfuels/dominican.htm. E-MAIL: E-mail for point of contact, mpalese@desc.dla.mil. 17. DESCRIPTION: High Sulfur Diesel Fuel #2, DF2, NSN: 9140-00-286-5294, Commercial Item Description A-A-52557, estimated quantity 98,000 USG to Monte Plata, Dominican Republic (Item 101-34) during the period 28 Mar 99 10 Aug 99; and Jet A-1 (w/o) additives, JA1, NSN 9130-00-753-5026, estimated quantity 80,000 USG to Santo Domingo, Dominican Republic (Item 201-03) during the period 10 Apr 99 10 Aug 99. Deliveries will be FOB Destination, Tank Wagon (TW), with pump into 2/2,500 gallon and 1/2,500 gallon Hemtt Tanker(s) respectively. This is a combination synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Those firms interested in submitting an offer on this synopsis/solicitation can request a packet which includes the full text if clauses incorporated by reference. The Government contemplates award of a Requirements Type, Fixed Price with Economic Price Adjustment contract resulting from this solicitation. Product price will escalate / de-escalate with the Five Day Rolling Average of Jet Kerosene, Carib Cargo (JA1), and Gasoil, Carib Cargo (DF2) five days ending the day prior to the 1st and 3rd Monday of each month as published in Platt's Oilgram Price Report. Offer prices should be based on the reference price in effect 01 March 1999. The reference prices are $0.3144 for Jet A-1 and $0.2889 for DF2. Offerors' written proposals should be submitted in English, in US dollars per gallon and signed by an authorized company official. Proposals should include the following elements: price, price structure, applicable taxes and any offeror terms and conditions. Please include a completed offeror submission package with your offer. Proposals must be received by 3:00 PM, local Ft. Belvoir, VA, US time on 19 March 1999. Please submit your offer via fax. Your fax should be addressed to the BID CUSTODIAN / DESC-PCC / RM 3729 / FAX # (703) 767-8506. Please note the solicitation number (SP0600-99-R-0073) on the fax. The following clause is hereby incorporated into this solicitation in full text: I1.20 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil/ http://www-far.npr.gov/ (FAR 52.252-2) Under the provisions of Clause I1.20 above, the following clauses are hereby incorporated into this solicitation by reference: I. FAR/DFAR CLAUSES I1.03-1 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (APR 1998) (FAR 52.212-4) I1.04 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 1999) (FAR 52.212-5) I1.05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 1999) (DFARS 252.212-7001) I28.21 TAXES -- FOREIGN FIXED-PRICE CONTRACTS (JAN 1991) (FAR 52.229-6) I33 INTEREST (JUN 1996) (FAR 52.232-17) I84 REQUIREMENTS (OCT 1995) (FAR 52.216-21) I115 CONTRACTOR RESPONSIBILITY FOR RETURNING UNDELIVERED FREIGHT (APR 1984) (FAR 52.247-16) L2.05 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (DESC AUG 1998) (FAR 52.212-1) K1.01-9 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (ALT I) (FEB 1999/OCT 1998) (FAR 52.212-3/Alt I) *OFFERORS ARE REQUESTED TO INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSAL. II. DESC CLAUSES B19.02 ECONOMIC PRICE ADJUSTMENT (OVERSEAS) (DESC OCT 1993) C16.08-4 TURBINE FUEL, AVIATION (JET A1), WITHOUT ADDITIVES (DESC JUL 1998) F3 TRANSPORT TRUCK AND/OR TRUCK AND TRAILER FREE TIME AND DETENTION RATES (PC&S/COAL) (DESC APR 1998) G9.07 ELECTRONIC TRANSFER OF FUNDS PAYMENT -- CORPORATETRADE EXCHANGE (DFSC OCT 1997) G18 ACCOUNTING AND APPROPRIATION (DFSC FEB 1968) I11.01 ADMINISTRATIVE COST OF DEFAULT (DFSC APR 1997) I190.04 MATERIAL SAFETY DATA SHEETS -- COMMERCIAL ITEMS (DFSC MAR 1996) I209.09 EXTENSION PROVISIONS (PC&S) (DFSC OCT 1994) K45 FACSIMILE INVOICING (DFSC SEP 1988) L5.01 AGENCY PROTESTS (DESC AUG 1997) -- DLAD L54 SITE VISIT (DFSC OCT 1992) III. ADDITIONAL TERMS AND CONDITIONS In addition to the terms and conditions noted above and in the clauses incorporated by reference, the following terms and conditions shall also be included in any resultant contract: 1. DELIVERIES. All deliveries shall be made on the day specified in the delivery order unless otherwise authorized by the receiving activity during normal working hours of such activity, provided that the Contractor shall have received the order at least 48 hours prior to the day so specified. 2. QUANTITIES. At the Government's option, quantity may be determined at the receiving activity on the basis of (a) Weight, using calibrated scales; or (b) A calibrated meter on the receiving tank system. If the Government does not elect to use one of the methods in (a) or (b) above, the quantity shall be determined (at the Contractor's option) on the basis of -- (a) Calibrated meter; (b) Certified capacity tables. The tables must be made available at the time of delivery; (c) Certified tank calibration markers. Certified tank calibration markers will not be accepted unless the conveyance is full to the marker and the entire quantity is delivered; or (d) The net quantity determined at the loading point by a calibrated loading rack meter or calibrated scales. This quantity must be mechanically imprinted on the loading rack meter ticket that is generated by the loading rack meter or calibrated scales. If this method is used, the Government reserves the right to redetermine the quantity received at time of delivery by gauging the receiving tank before and after delivery. WATER BOTTOMS. (a) Every delivery must be free of allwater bottoms prior to discharge; and (b) The Contractor is responsible for their removal and disposal. VOLUME CORRECTION. Volume correction to gallons at 60oF (or liters at 15oC) is not required. MEASUREMENT STANDARDS. All measurements and calibrations made to determine quantity shall be in accordance with the most recent edition of the API Manual of Petroleum Measurement Standards (MPMS) Outside the U.S., other technically equivalent national or international standards may be used. Certified capacity tables shall mean capacity tables prepared by an independent inspector or any independent surveyor. (1) Volume XII, Table 52, shall be used to convert cubic meters at 15oC to barrels of 60oF. Convert liters at 15oC to cubic meters at 15oC by dividing by 1,000. Convert gallons at 60oF to barrels at 60oF by dividing by 42. Should foreign law restrict conversion by this method, the method required by law shall be used. (2) If the original measurement is by weight and quantity is required in U.S. gallons, then—. (A) Volume XII, Table 58, shall be used to convert metric tons to U.S. gallons at 60oF. (3) API MPMS, Chapter 4, Proving Systems. All meters used in determining product volume shall be calibrated using this standard with the frequency required by local regulation (foreign or domestic). If no local regulation exists, then the frequency of calibration shall be that recommended by the meter manufacturer or every 6 months, whichever is more frequent. 3. INVOICING AND PAYMENT. Submission of invoices for payment, PC&S deliveries. (A) Overbillings -- (a) That are less than or equal to 0.5 percent of the quantity listed on the receiving document will be paid as originally invoiced by the Contractor when the overbilled quantity is solely a result of a difference in measurement techniques. (b) That exceed 0.5 percent of the quantity listed on the receiving document will be paid based on the corrected quantity as determined by the activity and annotated on the activity's receiving document. (B) Underbillings will be paid as invoiced. (C) Notwithstanding any permissible variation percentage, payment is authorized for a percentage not to exceed 120 percent of the ordered quantity. Payment shall be made for quantity within this allowable variation listed on the receiving document as received and accepted by the activity and invoiced by the Contractor. (D) DFAS-Columbus will be the payment office for any contract resulting from this synopsis/solicitation. 4. INSPECTION. In addition to the inspection and acceptance procedures contained in commercial clause I1.03-1, the following inspection procedures apply. Before trucks are released, the basis analysis on the trucks needs to be approved by the in country QAR. Delivery requires the use of a dedicated truck, to include dedicated discharge hoses. The QAR will witness the delivery from time of loading to time of discharge. 5. F105 -- VARIATION IN QUANTITY. (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the permissible variation shall be limited to ___10__ percent increase, ___10___ percent decrease. This increase or decrease shall apply to each delivery order. (FAR 52.211-16) Posted 03/12/99 (W-SN307916). (0071)

Loren Data Corp. http://www.ld.com (SYN# 0368 19990316\91-0003.SOL)


91 - Fuels, Lubricants, Oils and Waxes Index Page