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 SPE600-18-Q-0433 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 2005-88 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 (18,000 USG) of Diesel Fuel (DSS)- NSN:9140-015416760-Delivered to Bethesda MD -8935 East Palmer Road Bldg 14 Bethesda MD 20889
DELIVERY ADDRESS:
8935 East Palmer Road Bldg 14
Bethesda MD 20889
DESCRIPTION:
No. of Tanks Capacity Type Tank Location
1 10000 BELOW GROUND TANK
3 15000 ABOVE GROUND TANK(S)
1 15000 BELOW GROUND TANK
Delivery Mode Notes: Tank Truck w/ Pump & Meter.
Delivery Hours: FROM 0600 TO 1430 / MONDAY TO FRIDAY / CLOSED US FEDERAL HOLIDAYS & CLOSED WEEKENDS
Delivery Notes: Driver must call upon arrival. There are a total of five (5) diesel fuel tanks as listed on line 18 (Tank Type). One (1) above ground storage tanks with a 15,000 USG capacity and one (1) below ground storage capacity of 15,000 gallons located at Building 63, address: 4934 North Palmer Rd., Bethesda, Md. 20889. There are two (2) above ground storage tanks each with a 15,000 gal. capacity and one (1) below ground storage tank with a capacity of 10,000 gallons located at Building 55, address: 8935 Brown Dr., Bethesda, Md. 20889.
Delivery Ticket Notes: Delivery tickets required.
This RFQ is 100% Set Aside to Small Business
Required delivery date is October 24, 2017.
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 ([email protected]) NLT 7:00 am Fort Belvoir, Virginia local time October 23, 2017; 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.