Federal Bid

Last Updated on 15 Dec 2018 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

12,000 USG for NAVFAC NAVAL STATION NORFOLK

Solicitation ID SPE605-19-Q-0211
Posted Date 29 Nov 2018 at 7 PM
Archive Date 15 Dec 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Energy
Agency Department Of Defense
Location United states

 

Amendment 1: Revision of Mode of transportation and Extension of closing date to solicitation

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.

 

Offers are being requested and a written solicitation will not be issued. This opportunity is restricted to 100% small business. The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE605-19-Q-0211 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13 in conjunction with FAR PART 12. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 dated 27 JUN 2018. 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/?q=far_looseleaf.

 

Scope of Contract:

 

100% Small Business Set Aside

 

CLIN 0001 - The contractor shall provide, under line item 0001; 12,000 USG of Ultra Low Sulfur Diesel (ULSD) (DS2) (NSN: 9140-01-524-0139) delivered to NAVFAC Naval Station Norfolk Bldg Lf 18 Norfolk VA 23511.

 

No. of Tanks   Capacity   Type      Tank Location

 

 4                           100              TANKS

 3                           1000            TANKS

 2                           12000          TANKS                     FLOATING CRANES YD249 AND YD250

 3                          200              TANKS

 1                           2000            ABOVE GROUND TANKS      1751 MORIS STREET BLDG. D-29

 4                           2000            TANKER TRUCKS           BLDG. LF-18 AVIONICS LOOP OFF TOWWAY

 2                           2000            TANKS

 1                           250              ABOVE GROUND TANKS      MWR NAVY REC DEPT

 2                           275              TANK

 1                           300              TANKS

 1                           3000            ABOVE GROUND TANKS LOC AT BLDG. A80 - NE CORNER, 9742 MARYLAND AVE

 1                           350              TANKS

14                          450              TANKS

 1                           50                ABOVE GROUND TANKS

 1                           500              ABOVE GROUND TANKS      GENERATOR IS ON WEST SIDE OF BLDG.

13                          500              TANKS

 1                           500              TANKS                     CEP-57 BOILER

 2                           5000            TANKERS                 BLDG. LF-18 AVIONICS LOOP OFF TOWWAY

 4                           6000            TANKS

 1                           90000          TANKS                     RESOLUTE DRYDOCK AT PIER 3T

 1                           750      ABOVE GROUND TANKS      AT BLDG CEP-178 (FIRE STATION #1) POC 757-444-3265

 4                           250              TANKS

 1                           366              TANKS                     (DAY TANK ON GENERATOR)

 

MODE of TRANSPORTATION: TANK WAGON TO TRUCK

 

Delivery Schedule:

 

4000  USG  to be delivered on 3 December 2018

4000  USG  to be delivered  on 17 December 2018

4000 USG   to be delivered  on 31 December 2018.

 

FOB Destination.

 

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.  Evaluation factors are approximately equal. 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, DFAR 252.212-7001 in paragraph (b)  of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003.  FAR 52.211-16 with a  10% variance above or below, as well as 52.211-11 shall be applicable.

 

All responsible offerors respond to the contracting officer and contracting specialist at [email protected] and [email protected], Please note the solicitation has been extended to NLT 7:00 am Fort Belvoir local time (Eastern) Friday, 30 November 2018; Send questions to the Contracting Specialist, Ryan Spahr, 571-767-9197, FAX: 703-767-8506, or email: [email protected] and [email protected] by RFQ NLT date/time. FAX quotations will be accepted.

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Jul 2019 at 2 PM
Seward Alaska 18 Nov 2020 at 6 PM
Fort wainwright Alaska 28 Oct 2020 at 6 PM

Similar Opportunities