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