Skip to main content

An official website of the United States government

You have 2 new alerts

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.

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