Andros Island Fuel Requirements
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 (Updated)
- Updated Published Date: Sep 21, 2022 05:10 pm EDT
- Original Published Date: Sep 21, 2022 02:53 pm EDT
- Updated Date Offers Due: Sep 26, 2022 12:30 pm EDT
- Original Date Offers Due: Sep 26, 2022 12:30 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Sep 27, 2022
- Original Inactive Date: Sep 27, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 9140 - FUEL OILS
- NAICS Code:
- 324110 - Petroleum Refineries
- Place of Performance: BHS
Description
REQUEST FOR QUOTATION (RFQ) SPE605-22-Q-0694
This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-07
This acquisition has not been set-aside for small businesses and is issued under Full and Open Competition. The NAICS code is 324110 Petroleum Refineries Manufacturing, and the Small Business Size Standard is 1,500 employees, and a FSC Code of 9130, Liquid Propellants and Fuels, Petroleum Base. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item it did not manufacture itself, is 500 employees.
This Acquisition will be evaluated using FAR Part 13.
Purchase Request Reference: SPE605-22-Q-0694
Contracting Activity: DLA Energy – FEPBA
8725 John J Kingman Road
Fort Belvoir, VA 22060
Government Representative: Marichell Scott Phone: 571-767-1748
Email: marichell.scott@dla.mill
Request the purchase of the item listed below. A single award will be made as a result of evaluation of quotes received. Please provide a quote for the items listed below by NLT: 12:30 p.m. EST Monday, 26 September 2022.
The required delivery date (RDD) for this requirement is as follows: CLIN 0001 and CLIN 0002 is 03 October 2022. If you have any questions, please feel free to contact the POC’s named above.
CLINs 0001 and 0002 will be awarded all or none.
Description of requirements: Item #
Description
Quantity (USG)
Mode
Delivery
Unit Price (USD)
CLIN 0001
9140-015240139 (DS2)
150,000 USG
Barge
Barge
$
CLIN 0002
9130-012720983 (MUM)
10,000 USG
Barge $
Barge $
CLIN 0001 PR 95971072
NSN Delivery Identification State
9140-015240139 (DS2) ANDROSIS - ANDROS ISLAND AA
DIESEL FUEL
Quantity: 150,000 USG Required Delivery Date (RDD): 3 October 2022
Delivery Address: NAVAL UNDERSEA WARFARE CENTER FPO AA 34058
Service Code Delivery DODAAC Ordering Office DODAAC
NAVY SE5N00 SE5N00
Name Phone
RACHID AKIF 561-671-2603
Mode Receipt % Max Parcel Min Parcel FOB Restriction
BARGE
No. of Tanks Capacity Type Tank Location
1 422000 ABOVE GROUND TANK(S) SITE 1 TANK 1503
1 8000 ABOVE GROU ND TANK(S) SITE 2 SALVADOR POINT 25 MILES SOUTH TANK 2073
1 8000 ABOVE GROUND TANK(S) SITE 2 SALVADOR POINT 25 MILES SOUTH TANK 2072
Delivery Hours: 0700|2400|MONDAY THRU FRIDAY|
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
CLIN 0002 PR 95971071
Quantity: 10,000 USG Required Delivery Date (RDD): 3 October 2022
NSN Delivery Identification State
9130-012720983 (MUM) ANDROSIS - ANDROS ISLAND AA
FUEL, GASOLINE
Delivery Address: NAVAL UNDERSEA WARFARE CENTER FPO AA 34058
Service Code Delivery DODAAC Ordering Office DODAAC
NAVY SE5N00 SE5N00
Name Phone
RACHID AKIF 561-671-2603
Mode Receipt % Max Parcel Min Parcel FOB Restriction
BARGE
No. of Tanks Capacity Type Tank Location
1 19100 ABOVE GROUND TANK(S) SITE #1/ TANK 1538
1 22000 ABOVE GROUND TANK(S) SITE #1 / TANK# 1502
Delivery Hours: DAYTIME MONDAY THRU SUNDAY
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1. SAM Unique ID Number__________________________________________________
2. CAGE Code ___________________________________________________________
3. Contractor Name _______________________________________________________
4. Payment Terms/Discount (i.e. Net 15, Net 30, etc.) _____________________________
5. Delivery Date____________________________________________________________
6. Business Size (i.e. small business, women-owned, etc.) __________________________
7. POC___________________________________________________________________
8. Phone Number __________________________________________________________
9. Email Address ______________________________________________________
9. FOB (Destination/Origin) _________________________________________________
BASIS FOR AWARD:
The Government will award a Fixed Priced contract to the responsible offeror whose offer, conforming to the requirements in this Request for Quotes (RFQ) will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors: Technical, and Price. The resulting award will be LPTA.
The provision at FAR 52.212-2 Evaluation Commercial Items and related addenda apply to this acquisition.
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, and 2. Price. The contract award will be offered to the best value offer made to the Government, considering technical proposal, and price.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS – COMMERCIAL ITEMS: In paragraph (a) and (b) of 52.212-5, the following clauses applies: FAR 52.222-50, 52.203-6, 52.203-13, 52.203-15, 52.204-10, 52.209-6, 52.209-6, 52.209-9, 52.209-10; 52.223-18, 52.225-5, 52.225-13, 52.225-26, 52.232-33 and 52.233-3.
THE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION AND ARE INCORPORATED BY REFERENCE:
Clauses Description
FAR 52.212-1 Instructions to Offerors Commercial Items
FAR 52.212-2 Evaluation of Commercial Items
FAR 52.212-3 Offeror Representations and Certifications Commercial Items
FAR 52.212-4 Contract Terms & Conditions Commercial Items
FAR 52.212-5 Contract Terms & Condition Required to Implement Statues or Executive Order Commercial Item
FAR 52.203-3 Gratuities
FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions
FAR 52.204-7 System for Award Management
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.214-34 Submission of Offers in the English
FAR 52.214-35 Submission of Offers in U.S. Currency
FAR 52.216-1 Types of Contracts
FAR 52.216-2 Economic Price Adjustment
FAR 52.216-18 Ordering
FAR 52.216-19 Order Limitations
FAR 52.216-21 Requirements
FAR 52.229-6 Taxes Foreign Fixed-Price Contracts
FAR 52.223-3 Hazardous Material Identification and Material Safety Data
FAR 52.242-13 Bankruptcy
FAR 52.246.2 Inspection of Supplies – Fixed Price
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
DFARS 252.209-7002 Disclosure of Ownership or Control by the Government of a Terrorist Country
DFARS 252.222-7007 Representation Regarding Combating Trafficking In Persons
DFARS 252.225-7020 Trade Agreements Certificates
DFARS 252.225-7021 Trade Agreements
DFARS 252.225-7040 Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States
DFARS 252.225-7041 Correspondence in English
DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
DFARS 252.225-7993 Prohibition on Providing Funds to the Enemy
DFARS 252.227-7015 Technical Data – Commercial Items
DFARS 252.233-7001 Choices of Law Overseas
DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports
DFARS 252.232-7006 Wide Area Workflow Payment Instructions,
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7002 Requests for Equitable Adjustment
DFARS 252.246-7000 Material Inspection And Receiving Report
DFARS 252.246-7004 Safety of Facilities, infrastructure/Equipment for military operations
DFARS 252.247-7003 Pass-through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer
DFARS 252.247-7023 Transportation of Supplies by Sea
DFARS 252.247-7001 Price Adjustment
DLAD 52.233-9000 Agency Protest
DLAD 52.233-9001 Disputes Agreement to Use Alternative Dispute Resolution
Note:
1. In your quote please do not include any taxes and fees from which the U.S. Government is exempt.
2. This requirement will be awarded based on Lowest Price Technically Acceptable (LPTA) source selection process.
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
- Marichell Scott
- Marichell.Scott@dla.mil
- Phone Number 5717671748
Secondary Point of Contact
- Matthew Womer
- Matthew.womer@dla.mil
- Phone Number 5713554188
History
- Sep 27, 2022 11:56 pm EDTSolicitation (Updated)
- Sep 21, 2022 02:53 pm EDTSolicitation (Original)