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-0245 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 (30,000 USG) of Diesel Fuel (DSS) (NSN: 9140-015416760) delivered to NSA Annapolis-1225 Juniper Street, ANNAPOLIS MD 21401, USA
DELIVERY ADDRESS:
NSA Annapolis-
1225 Juniper Street
ANNAPOLIS MD 21401, USA
DESCRIPTION:
No. of Tanks Capacity Type Tank Location
1 310000 ABOVE GROUND TANK(S)
Delivery Hours: FROM 8:00AM TO 4:00PM / MONDAY TO THURSDAY
Delivery Notes: Special Access Required: Contact CHP supervisor (410) 293-3598 to make a delivery arrangement from MON - FRI (08:00am to 4:00pm).
Provide below document for each delivery: (1) Copy of certification Letter from the vendor included Sulfur Content information. (Sulfur content should not exceed 15 parts per million) (2) Terminal Fuel Oil Test Analysis Report.
Delivery Ticket Notes: Delivery tickets required.
This RFQ is 100% Set Aside to Small Business
Required delivery date is January 5, 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 9:00 am Fort Belvoir, Virginia local time January 3, 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.