30,000gal DSS Montrose NY RDD 08FEB22
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: Solicitation (Original)
- Original Published Date: Feb 03, 2022 03:31 pm EST
- Original Date Offers Due: Feb 04, 2011 11:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 19, 2011
- 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: Montrose , NYUSA
Description
Administration (SBA), under NACIS 324110.
Scope of Contract:
CLIN 0001 – The contractor shall provide, under line item 0001:
CLIN 0001
Price per gallon: $
Extended Price: $
Product: DIESEL FUEL (DSS)
NSN: 9140-01-541-6760
Quantity: 30,000Gallons
Delivery Date: 08 FEB 2022
Delivery Mode: TANK TRUCK
Delivery Location:
2094 ALBANY POST ROAD
MONTROSE, NY 10548
Delivery/Tank Info:
No. of Tanks Capacity Type Tank Location
3 30000 ABOVE GROUND TANK(S) BLDG20
Delivery Hours: 0800 – 1600 MONDAY THRU FRIDAY
Delivery Notes: SPECIAL ACCESS REQUIRED: CALL AHEAD 1 HOUR. GENERATOR SUPPORT:
BLDG 20 BOILER PLANT -LIFE SAVING/EMERGENCY. NATURAL GAS: CURTAILMENT NOTICE 48
HOURS OF SHUT OFF. SEASONAL ORDERING: APR-SEP
Delivery Ticket Notes:
Special Messages: THIS FACILITY USES NATURAL GAS AS ITS PRIMARY ENERGY SOURCE.
HOWEVER DURING TIMES OF NATURAL GAS CURTAILMENT OR WHEN THE ECONOMIC
ANALYSIS INDICATES IT IS MORE COST EFFECTIVE TO BURN FUEL OIL THE CONTRACTOR IS
REQUIRED TO COMMENCE DELIVERIES WITHIN 48 HR
FEDCIV
Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of
all products through Wide Area Work Flow (WAWF).
The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to
Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria
stated in paragraph (a)of the provision are as follows: The significant evaluation factors, in the
relative order of importance,
are: 1) Technical specifications, 2) Past performance; and 3) Price. The contract award will be
offered to the best value offer made to the Government, considering technical, past
performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items;
52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive orders – Commercial Items. 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, 52.225-5, and 52.232-34. FAR 52.246-2, DFARS 252.212-7001 in
paragraph (b) of 252.212-7001, 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 “CONTRACTORS ARE REQUIRED TO ADHERE
TO THE DELIVERY QUANTITY PRINTED ON THE ORDER. IF the contractor delivers a quantity in
excess of the of the allowable variation ceiling (10% variance) such excess quantities will be
treated as being delivered for the convenience of the Contractor.
FAR 52.211-16 VARIATION IN QUANTITY (APR1984)), The Government reserves the right to
return the excess quantity at the Contractors expense.
1. Price will be in US dollars per gallon (include FET). A Firm Fixed Price order will be issued. All
quotes must
be submitted by electronic email to dlaenergyfepca@dla.mil; no later than 04 Feb 11:00 A.M.
Eastern Standard
Time.
*Note: The government will not assume any responsibility above the 10% variance authorized
by the contract.*
PLEASE NOTE: DoD installations and Federal Government facilitates 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 results 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.
DLA Energy may require a vendor to sign the SF1449 prior to being offered this delivery. This
would be sent by email and may have a response window of as little as two (2) hours. Upon
request, the vendor must return the signed SF1449 by the deadline specified. If this is not
returned by the specified deadline, DLA Energy reserves the right to offer this delivery to a
different vendor.
2. All suppliers must be registered in the System for Award Management (SAM) and have a
valid CAGE Code.
3. This acquisition is set aside 100% for Service-Disabled Veteran Owned Small Business under
NAICS: 324110
4. The Point of Contact (POC) for this requirement is Contract Specialist Letitia Edwards, (571)-
205-3160, email:
letitia.edwards@dla.mil or DLAEnergyFEPCA@dla.mil.
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
- Letitia Edwards
- letitia.edwards@dla.mil
- Phone Number 5712053160
Secondary Point of Contact
History
- Feb 03, 2022 11:55 pm ESTSolicitation (Original)