Federal Bid

Last Updated on 25 Jan 2018 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

15,000 USG DSW/ Norfolk VA

Solicitation ID SPE605-18-Q-0256
Posted Date 09 Jan 2018 at 3 PM
Archive Date 25 Jan 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 Norfolk Virginia United states
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. The contract resulting from this procurement will be a firm fixed price contract.  The solicitation SPE605-18-Q-0256 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 dated 16 May 2017. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm. 

Scope of Contract: 

CLIN 0001 - The contractor to provide (15,000 USG) of Diesel Fuel (DSW) (NSN: 9140-015416767) delivered to Lafayette River Annex 6506 Hampton Blvd Norfolk VA 23508.

 

DELIVERY ADDRESS:

Lafayette River Annex

6506 Hampton Blvd

Norfolk VA 23508

 

Delivery Schedule:

7,500 USG - January 11, 2018

7,500 USG - January 12, 2018

 

Mode: Tank Truck

No. of Tanks   Capacity         Type                      Tank Location

 2             10000            BELOW GROUND TANK

 

Delivery Mode Notes: Adapter (type): Cam Lock Size: 4 inches Hose (length): 50 feet

Delivery Hours: FROM 0700HRS TO 1600HRS / FROM MONDAY TO SUNDAY

Delivery Notes: Special access required. Gravity fed, metering is required, 2/10,000 gallon Underground fiberglass containers. Fuel used during winter months.

 

NOTES:

 1: DELIVERY WILL BE REQUIRED 24 HRS/DAY 7 DAYS/WEEK TO INCLUDE HOLIDAYS WITH 24 HRS NOTICE.

2: CONTRACTOR SHALL ACCEPT ORAL AND/OR FACSIMILE ORDERS TO BE FOLLOWED UP BY HARD COPY WITHIN ONE WORKING DAY.

 

3: A CERTIFICATION FROM THE SUPPLIER SHALL ACCOMPANY EACH SHIPMENT & INCLUDE THE FOLLOWING: A. NAME OF THE FUEL SUPPLIER, DATE ON WHICH THE HEATING OIL WAS RECEIVED, VOLUME OF

DISTILLATE OIL DELIVERED, A STATEMENT THAT THE OIL COMPLIES WITH ASTM D975 OR D396 SPEC FOR #2 ULSD & THE SULFUR CONTENT OF THE FUEL NO MORE THAN 15 PPM. CONTRACTOR IS REQUIRED TO PROVIDE A QUARTERLY LETTER TO THE ORDERING OFFICER THAT LISTS ALL FUEL DELIVERED DURING THE PAST QUARTER AND THAT THE FUEL

SUPPLIED COMPLIES WITH THE CORRESPONDING ASTM SULFUR SPEC FOR #2 ULSD. THIS QUARTERLY STATEMENT MUST BE

SIGNED BY AN AUTHORIZED OFFICIAL OF THE CONTRACTOR.

 

 4: IF SEVERE WEATHER CONDITIONS OREMERGENCY CONDITIONS OCCUR, DELIVERY MAY BE REQUIRED 24 HOURS A DAY 7 DAYS A WEEK AT THE DESCRETION OF THE REQUESTING ACTIVITY. THIS FACILITY USES NATURAL GAS AS ITS PRIMARY ENERGY SOURCE. HOWEVER DURING TIMES OF NATURAL GAS CURTAILMENT OR WHEN THE ECONOMIC ANALYSIS INDICATES IT IS MORE COST EFFECTIVE TO BURN

DIESEL, THE CONTRACTOR IS REQUIRED TO COMMENCE DELIVERIES WITHIN 48HRS

Special Messages: MULTIPLE DROP (See Delivery Schedule)

THIS FACILITY USES NATURAL GAS AS ITS PRIMARY ENERGY SOURCE. HOWEVER DURING TIMES OF NATURAL GAS CURTAILMENT OR WHEN THE ECONOMIC ANALYSIS INDICATES IT IS MORE COST EFFECTIVE TO BURN FUEL OIL THE CONTRACTOR IS REQUIRED TO COMMENCE DELIVERIES WITHIN 48 H

 

This RFQ is 100% Set Aside to Small Business

Required delivery date is 7,500 USG - January 11, 2018 & 7,500 USG - January 12, 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, 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 Lacie Hysten (Lacie [email protected]) NLT 7:00 am Fort Belvoir, Virginia local time January 10, 2018; Send questions to the Contracting Specialist, Lacie Hysten 703-767-9082, 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

Thurmont Maryland 12 Mar 2018 at 11 AM
Jber Alaska 12 Mar 2020 at 5 PM
Location Unknown 24 Jul 2020 at 4 PM
Middletown Pennsylvania 11 Jan 2017 at 5 PM
Fort knox Kentucky 20 Jun 2019 at 3 PM

Similar Opportunities

Location Unknown 10 Nov 2025 at 5 AM (estimated)
Fort belvoir Virginia 01 Jun 2030 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 5 PM