Skip to main content

An official website of the United States government

You have 2 new alerts

RFQ Waianae, HI 12,000 USG (DS2) Delivery Dates: Sept 26-30, 2024

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 (Updated)
  • Updated Published Date: Sep 24, 2024 07:41 pm EDT
  • Original Published Date: Sep 19, 2024 11:20 am EDT
  • Updated Date Offers Due: Sep 25, 2024 10:00 pm EDT
  • Original Date Offers Due: Sep 23, 2024 10:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 10, 2024
  • Original Inactive Date: Oct 08, 2024
  • 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:
    Waianae , HI 96792
    USA

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.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

This solicitation, SPE60524Q0048, is issued as a Request for Quotation (RFQ) for commercial items using the Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The contract resulting from this procurement will be a firm fixed price contract. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06 dated 29 AUG 2024. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at:

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/

This opportunity is issued as 100% Small Business Set-Aside under NAICS code 324110.

Scope of Contract:

CLIN 0001 – The contractor shall provide, under line item 0001:

12,000 USG of DIESEL FUEL (DS2) (NSN: 9140-015240139) (clear, on road)

delivered by TANK TRUCK W/ PUMP AND METER

to:

1 SATELLITE TRACKING STATION RD WAIANAE HI 96792

Required delivery date: September 26, 2024 – September 30, 2024

Delivery will be f.o.b. destination.

No. of Tanks   Capacity         Type                      Tank Location

 2             20000            BELOW GROUND TANK    LOC EAST OF BUILDING 39 [GPS 21.56913, -158.26142]

Delivery Mode Notes: TTWP w/PUMP & METER

Delivery Hours: 0700 - 1400  MONDAY-FRIDAY  SEE DELIVERY NOTES

Delivery Notes: Special Access Required. Vendor required to contact the delivery POC before delivery. Driver and truck details need to be provided at that time.

Additional information needs to be added to a delivery receipt to comply to local government regulations as it relates to fuel certification when delivering to a diesel engine generator. Add the following additional information onto a delivery ticket (if not already stating); it can be hand written or printed. Please note that if requested supporting documentation about the figures illustrated can be requested at any time. Fuel Type Sulfur content (percent by weight) Minimum cetane index (or maximum aromatic content) Delivery Date Amount of fuel (in gallons)

Delivery Ticket Notes: METERED DELIVERY TICKECT REQUIRED.

Special Messages: Escort is required and will be coordinated by POC

Vendors ARE RESPONSIBLE FOR ENSURING ALL APPLICABLE TAXES AND FEES ARE INCLUDED IN THEIR Quoted PRICEs.

DLA Energy may require a vendor to sign the SF1449 prior to being awarded this delivery. This will 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.

Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF).

FAR 13.106 Evaluations of Quotations or Offers

FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition.

FAR 52.212-2 Evaluation—Commercial Product and Commercial Service (NOV 2021)

(a)          The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Factor 1:  Price

Factor 2:  Past Performance

1.           Factor 1:  Price – Prices will be evaluated for fairness and reasonableness. Pricing that poses a risk to the Government may result in rejection of the quote.

Price reasonableness will be determined by comparing the prices received among responsive and responsible offerors and against historical prices paid for similar items or services. The Government may also use other price analysis techniques deemed appropriate to validate the fairness and reasonableness of the offered prices.

Offerors are reminded that the quoted price shall include all costs associated with performance of the work –

i.            All administrative or overhead costs

ii.           All transportation charges from the shipping point of the supplier to the delivery destination

iii.          All applicable taxes, fees, and duties, except taxes and duties that the Government of the United States are not exempt

Basis for award: The contract will be awarded to the lowest priced, responsible quotation from a responsible vendor.

2.           Factor 2:  Past Performance – The Government will review past performance using the Supplier Performance Risk System (SPRS) to assess the offeror’s ability to perform on similar contracts. A satisfactory score will be required to ensure reliability.

Vendors shall include a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items with its quotation.  A printout from sam.gov is acceptable.

FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. In paragraph (b) of FAR 52.212-5, the following apply: FAR 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-34.

The following additional clauses apply to this acquisition: FAR 52.204-7, 52.204-13, 52.204-18, 52.204-‑21, 52.211-16 with a 10% variance above or below, 52.211-‑17, and 52.247-34. Defense Federal Acquisition Regulation Supplement (DFARS) 252.203-7000, 252.204-7015, 252.225-7012, 252.225-‑7021, 252.229-7000, 252.229-7001, 252.232-7003, 252.232-7006, 252.233-7001, and 252.247-7023.  ENERGY Quality Assurance Provision C16.69-11 DIESEL FUEL (DS2) also applies.  (See attached)

DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System.

NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023)

(a) Definitions. As used in this provision—

“Item risk” means the probability that a product, based on intended use, will introduce performance risk resulting in safety issues, mission degradation, or monetary loss.

“Price risk” means a measure of whether a proposed price for a product or service is consistent with historical prices paid for that item or service.

“Supplier risk” means the probability that an award may subject the procurement to the risk of unsuccessful performance or to supply chain risk (see Defense Federal

Acquisition Regulation Supplement 239.7301).

(b) The Supplier Performance Risk System (SPRS), available at https://piee.eb.mil/, will be used in the evaluation of the Quoter or Offeror’s performance. SPRS retrieves item, price, quality, delivery, and contractor information on contracts from Government reporting systems in order to develop risk assessments.

(c) The Contracting Officer will consider SPRS risk assessments during the evaluation of quotations or offers received in response to this solicitation as follows:

(1) Item risk will be considered to determine whether the procurement represents a high performance risk to the Government.

(2) Price risk will be considered in determining if a proposed price is consistent with historical prices paid for a product or a service or otherwise creates a risk to the Government.

(3) Supplier risk, including but not limited to quality and delivery, will be considered to assess the risk of unsuccessful performance and supply chain risk.

(d) SPRS risk assessments are generated daily. Quoters or Offerors are able to access their risk assessments by following the access instructions in the SPRS user's guide available at https://www.sprs.csd.disa.mil/reference.htm. Quoters and Offerors are granted access to SPRS for their own risk assessment classifications only. SPRS reporting procedures and risk assessment methodology are detailed in the SPRS user's guide. The method to challenge a rating generated by SPRS is also provided in the user's guide. SPRS evaluation criteria are available at https://www.sprs.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf.

(e) The Contracting Officer may consider any other available and relevant information when evaluating a quotation or an offer.

(End of provision)

Quotations are due NLT 10:00pm Eastern Daylight Time (EDT) Fort Belvoir, VA Local Time, Wednesday, 25 September 2024.

Send questions to the Contract Specialist, Hannah Savine, by email to Hannah.r.savine@dla.mil. Email quotations to the contract specialist and DLAEnergyFEPAB@dla.mil  no later than RFQ due date/time.

Contact Information

Contracting Office Address

  • POST, CAMPS, AND STATIONS 8725 JOHN J. KINGMAN ROAD
  • FORT BELVOIR , VA 22060
  • USA

Primary Point of Contact

Secondary Point of Contact

History