Skip to main content

An official website of the United States government

You have 2 new alerts

RFQ Palau, 4,200 USG (DS2) RDD 5 September 2023, Quotes Due 28 August 2023 at 10:00 AM Ft. Belvoir Time

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: Aug 25, 2023 01:54 pm EDT
  • Original Published Date: Aug 22, 2023 09:56 am EDT
  • Updated Date Offers Due: Aug 29, 2023 10:00 am EDT
  • Original Date Offers Due: Aug 29, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 13, 2023
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 9140 - FUEL OILS
  • NAICS Code:
    • 324110 - Petroleum Refineries
  • Place of Performance:
    South Port , PW-350 99999
    PLW

Description

***AMENDMENT 0002***

Clause Added:

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

As prescribed in 204.7604, use the following provision .

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)

***

***AMENDMENT 0001**
Delivery Location Added

****

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, SPE60523Q0081, 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 2023-04 dated 2 June 2023. 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/

Scope of Contract:

THIS IS COMPETED FULL AND OPEN.

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

4,200 USG of DS2 (NSN: 9140-015240139 )

delivered by Tank Truck With Pump & Meter.

Delivery Mode Notes: TTWP - Tank Truck w/Pump & Meter

Delivery Hours: 0800-1600 MONDAY-SUNDAY

Delivery Location: SOUTH PORT  53N MH 13986 72254 SOUTH PORT  99999

Delivery Notes: Requesting 4,200 gallons of DS2 throughout the month of September to be delivered to Peleliu South Port with

the delivery occurring on September 5, 2023.

-Initial delivery will occur in September of 4,200 gallons DS2. 2,500 gallons will be dispensed into (5) 500 gallon pods and the remaining 1700 gallons dispensed into (1) fuel bladder.

For deliveries to the South Port, vendor must check in with Marine at Entry Control Point and be escorted to offload location.

-The fuel will be dispensed onto tactical fuel systems that consist of (5) 500 gallon Pods, that will require 2" U.S. standard

hose connections.

-Vendor delivery trucks must have capability to connect to U.S. standard 2" and 4" couplers.

-Metered offload requested for all bulk deliveries if barrels are not available.

-Each bulk delivery will require associated quality assurance/surveillance documentation to ensure the product received is on

grade and suitable for use in military ground equipment.

Contact Information is found below: A local phone number will be available upon arrival to Peleliu.

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

FAR 52.212-2 Evaluation of Commercial Items applies to this acquisition. The evaluation criteria stated in paragraph (a) of FAR 52.212-2 are as follows: The contract will be awarded to the lowest price quotation from a responsible vendor.

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, 52.222-19, 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 (DS2) also applies.  (See attached)

FAR 52.204–27 Prohibition on a Bytedance Covered Application (June 2023)

(a) Definitions.

As used in this clause—

Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited.

Information technology, as defined in 40 U.S.C. 11101(6)—

(1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use—

(i) Of that equipment; or

(ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product;

(2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but

(3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract.

(b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117–328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M–23–13, dated February 27, 2023, “No TikTok on Government Devices” Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor's employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M–23–13.

(c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for the acquisition of commercial products or commercial services.

(End of clause)

DLAD 4.703 Policy.

(a) Contracting officers shall include procurement note C03 in solicitations and awards.

*****

C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020)

(1) By submitting a quotation or offer, the contractor, if it is not the manufacturer of the item, is confirming it currently has, or will obtain before delivery, and shall retain documented evidence (supply chain traceability documentation), as described in paragraph (2) of this procurement note, demonstrating the item is from the approved manufacturer and conforms to the technical requirements.

(2) At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source’s Commercial and Government Entity (CAGE) code, and clear identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, if available, the manufacturer's batch identification for the item(s), such as date codes, lot codes, or serial numbers.

(3) Contractors can find examples of acceptable supply chain traceability documentation at the Counterfeit Detection and Avoidance Program (CDAP) Website ( http://www.dla.mil/LandandMaritime/Business/Selling/Counterfeit-Detection-Avoidance-Program/ ).

(4) The contractor shall immediately make documentation available to the contracting officer upon request. The contracting officer determines the acceptability and sufficiency of documentation. The contractor shall retain supply chain traceability documentation for six years after final payment under this contract for audit and other valid government purposes. If the contractor fails to retain or provide the documentation, or the contracting officer finds the documentation to be unacceptable, the contracting officer may take corrective action, including, but not limited to, cancellation of undelivered orders or rejection of delivered supplies.

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

As prescribed in 204.7604, use the following provision .

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 10:00AM Ft. Belvoir Time Monday, 28 August 2023.

Send questions to the Contract Specialist, Brian Hobbs, by email to Brian.Hobbs@dla.mil  and Luis Beza-Cay at Luis.Beza-Cay@dla.mil. Email quotations to the contract specialist and DLAEnergyFEPAA@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