COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22, 2000 PSA #2732
SOLICITATIONS
91 -- DIESEL FUEL, DF2
- Notice Date
- November 20, 2000
- Contracting Office
- Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft Belvoir, VA 22060-6222
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-01-R-0017
- Response Due
- December 4, 2000
- Point of Contact
- Tyler D. Parker, Commodity Business Specialist, 703-767-9530; Annette M. Brim, Contracting Officerm 703-767-9535
- E-Mail Address
- click here to contact the commodity bususiness specialist, (tparker@desc.dla.mil, abrim@desc.dla.mil )
- Description
- Synopsis/Solicitation Issued November 20, 2000 PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASSCOD: 91 Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 Diesel Fuel, DF2 SOL: SP0600-01-R-0017 DUE: December 4, 1999 POINTS OF CONTACT: Tyler D. Parker, tparker@desc.dla.mil, 703-767-9536, or Annette M. Brim, 703-767-9535, abrim@desc.dla.mil. WEB ADDRESS: http://www.desc.dla.mil/main/p/grfuels/gfi&ii.htm DESCRIPTION:<DESC> This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented by additional information included in this notice. High sulfur Diesel Fuel #2 (DF2), NSN 9140-00-286-5294, ASTM D975. Delivery is to be FOB destination, via Tank Wagon w/pump, of 200,000 USG of DF2 (Item 301-34) to Flores Guatemala during the period of 15 Jan 00 13 May 2001. Delivery of DF2 will be into 1/5000 USG Tanker Truck and 1/1200 USG Tank and pump unit. Delivery vehicle must be equipped with 4-inch reducers to adapt to army vehicle receptacles. Solicitation SP0600-01-R-0017 is being issued as a request for proposals and constitutes the only solicitation; a written solicitation will not be issued. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-14 effective November 23, 1999. DESC anticipates conducting discussions with offerors submitting proposals under subject solicitation, but reserve the right to make contract award(s) based on initial offers submitted. The provision at 52.212-1 -- Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition The Government contemplates award of a Requirements Type, Fixed Price with Economic Price Adjustment contract resulting from this solicitation. Product prices will escalate / de-escalate cent for cent or any fraction there of with the arithmetic 5-day average of U.S. Gulf Coast postings for #2 U.S. Gulf Coast, Waterborne, as published in Platts Oil Gram Price Report. Price adjustments will escalate / de-escalate semimonthly and shall occur on the first (1st) and third (3rd) Monday of the month. Offer prices should be based on the reference price in effect on 6 November 2000, which is as follows: $0.9018, for DF-2. Offerors written proposals should be submitted in English in U.S. dollars per gallon and signed by an authorized company official. Elements that should be included are as follows: price, price structure, applicable taxes, and any offer terms and conditions. Proposals must be received no later than 3:00 p.m., local U.S. time, Fort Belvoir, VA, on 4 December 2000. Please submit your offer via fax addressed to the following: Attn. Bid Custodian / DESC-PCC / RM 3729 / fax# (703) 767-8506. When submitting your offers, please note the solicitation number (SP0600-01-R-0017) on the fax. This solicitation incorporates the following clauses in full text: L2.28 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (DESC FEB 1998) (a) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with their offer. In lieu of submitting the full text of those provisions, the offeror may identify the provisions by paragraph identifier and provide the appropriate information with offer offer. Also, the full text of any FAR, DFARS, or DLAD solicitation provision may be accessed electronically at these addresses: FAR/DFARS: http://farsite.hill.af.mil/ FAR/DFARS: http://www-far.npr.gov/ DLAD: http://www.procregs.hq.dla.mil/ (b) All DESC clauses and provisions are contained in full text in this solicitation. (DESC 52.252-9F02) Under the provisions of Clause L2.28 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 (MAY 1999) (FAR 52.212-4) I1.04 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 2000) (FAR 52.212-5) I1.05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2000) (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) L2.05-5 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (PC&S) (DESC FEB 1999) (FAR 52.212-1 TAILORED) K1.01-9 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (ALTS I/III)(FEB 2000/OCT 1998/JAN 1999) *OFFERORS ARE REQUESTED TO INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSAL. II. DESC CLAUSES B19.37 ECONOMIC PRICE ADJUSTMENT (PC&S/BUNKERS)(CENTRAL AMERICA)(DESC JUL 1999) C16.26 FUEL OIL, DIESEL (DFA/DF1/DF2)(DESC JUL 1999) E1 CONTRACTOR INSPECTION RESPONSIBILITIES (DESC AUG 2000) E3 CERTIFICATE OF CONFORMANCE (APR 1984) E5 INSPECTION OF SUPPLIES-FIXED-PRICE (AUG 1996) E12 POINT OF ACCEPTANCE (DESC MAY 1969) E22 LIST OF INSPECTION OFFICES FOR OVERSEAS PETROLEUM PRODUCT CONTRACTS (DESC MAY 2000) E22.01 QUALITY REPRESENTATIVE (DESC JUL 1992) E35 NONCONFORMING SUPPLIES AND SERVICES (DESC APR 1996) E40 MATERIAL INSPECTION AND RECEIVING REPORT (DEC 1991) G9.06 ADDRESS TO WHICH REMITTANCE SHOULD BE MAILED G9.07 ELECTRONIC TRANSFER OF FUNDS PAYMENT -- CORPORATE TRADE EXCHANGE (DFSC JUN 2000) G18 ACCOUNTING AND APPROPRIATION (DFSC FEB 1968) I11.01 ADMINISTRATIVE COST OF TERMINATION FOR CAUSE-COMMERCIAL ITEMS (DESC FEB 1996) I190.04 MATERIAL SAFETY DATA SHEETS -- COMMERCIAL ITEMS (DESC MAR 2000) I209.09 EXTENSION PROVISIONS (PC&S) (DESC OCT 1994) K45.01 FACSIMILE OR ELECTRONIC INVOICING (DESC SEP 1998) L5.01-1 AGENCY PROTESTS (DESC 1999) -- 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. QUANTITY DETERMINATION. 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. 3. WATER BOTTOMS. (a) Every delivery must be free of all water bottoms prior to discharge; and (b) The Contractor is responsible for their removal and disposal. 4. VOLUME CORRECTION. Volume correction to gallons at 60oF (or liters at 15 degrees Celsius) is required for all volumes of measured in tank trucks, trucks and trailers and tank wagons which are in excess of 5,000 gallons. 5. 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. 6. INVOICING AND PAYMENT. (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. 7. VARIATION IN QUANTITY. A variation in 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 extent, if any, specified. The permissible variation shall be limited to a 10 percent increase / decrease. This increase or decrease shall apply to each delivery order.
- Web Link
- DESC's Main Homepage (www.desc.dla.mil)
- Record
- Loren Data Corp. 20001122/91SOL001.HTM (W-325 SN5070I6)
| 91 - Fuels, Lubricants, Oils and Waxes Index
|
Issue Index |
Created on November 20, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|