Eastover, SC, Diesel Fuel (ULSD) (DS2), clear on-road, 7,500 Gallons, Required Delivery Date 6 Oct 2022
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Oct 04, 2022 03:05 pm EDT
- Original Date Offers Due: Oct 05, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 20, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 9140 - FUEL OILS
- NAICS Code:
- 324110 - Petroleum Refineries
- Place of Performance: Eastover , SC 29044USA
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 to 100% Set Aside for Small Business Award. NAICS code 324110 size standard is 1,500 employees**. The purchase order resulting from this procurement will be a firm fixed-price purchase order. The solicitation, SPE605-23-Q-0203, 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 2022-08 effective date 09/23/2022, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 08/26/2022, effective date 08/26/2022; 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 be registered 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),clear on-road
NSN: 9140-015240139
Quantity: 7,500 Gallons
No. of Tanks Capacity Type Tank Location
1 10000 ABOVE GROUND TANK(S) 1325 S. CAROLINA RD. BLDG. 3058; TANK 1
Delivery Mode: Tank Truck, w/pump for off-loading, hose & nozzle, and meter
Delivery Address: SC ANG MCENTIRE JNGB EASTOVER SC 29044
Delivery Hours: Between 0900 hrs and not later than 1500 hrs
Required Delivery Date: 6 Oct 2022
Special Note:
1. Inspection and Acceptance at Destination
2. Driver Escort Required
3. Ensure driver carries two forms of I.D, and proof of current vehicle registration to access base.
4. Detailed Government Bill of Lading with the address of destination printed on it.
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-Evaluation—Commercial Products and Commercial Services; FAR 52.212-2 Evaluation—Commercial Products and Commercial Services; 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 Products and Commercial Services; 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 Products and Commercial Services. In paragraph (b) of 52.212-5, the following apply 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.
Be aware that gaining access to a DoD installation or Federal Government facility can be a lengthy process. DLA Energy is not responsible for any delays at physical security check points and will not pay for any costs incurred as a result of delays at physical security check points. Quotes containing accelerated payment terms or additional fees/costs for delays caused at government physical security check points will not be considered.
Responsible offerors shall submit quotes to John Parson, Contract Specialist, at email DLAEnergyFEPCB@dla.mil. Offers are due by Wednesday, October 5, 2022, 10:00 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.
Attachments/Links
Contact Information
Contracting Office Address
- POST, CAMPS, AND STATIONS 8725 JOHN J. KINGMAN ROAD
- FORT BELVOIR , VA 22060
- USA
Primary Point of Contact
- John Parson
- john.parson@dla.mil
- Phone Number 7032232845
Secondary Point of Contact
- Jerry Clark-Juneau
- DLAEnergyFEPCB@dla.mil
History
- Oct 20, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)