Federal Bid

Last Updated on 15 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

60,000 JAA; LOUISVILLE KY

Solicitation ID SPE600-18-Q-0601
Posted Date 31 Aug 2018 at 2 PM
Archive Date 15 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Energy
Agency Department Of Defense
Location 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 SPE600-18-Q-0601 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 2005-99 dated 15 June 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 http://farsite.hill.af.mil/vffara.htm. 

 

Scope of Contract: 

 

100% Small Business

 

CLIN 0001:

NSN: 9130-00-359-2026 (JAA)       

TURBINE FUEL, AVIATION

Quantity: 60,000 USG

Required Delivery Dates: 09/06/2018-09/30/2018

 

Delivery Address:

1131 Standiford Ave. Louisville KY 40213

 

Mode:

FOB TANK TRUCK

 

No. of Tanks               Capacity         Type          Tank Location

3             6000      TANK TRUCK

 

Delivery Hours: 24/7

 

Delivery Notes:

Jet-A w / additives FSII, CI, SDA

FOB ORIGIN (FOBTT)

 

Customer will pick of fuel at delivery location. Vendor must have storage capability at delivery location.

 

 

 

 

 

 

 

 

 

FOB Destination. 

 

Any contract resulting from this solicitation will result in a firm fixed price contract.

 

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 Maytee Montalvan

NLT 11:30 am Fort Belvoir, Virginia local time (USA) 08/31/2018;

Send questions to the Contracting Specialist, Maytee Montalvan 571-767-1512, 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