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 SP0600-17-Q-0410 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 (60,000 USG) of Diesel Fuel (NSN-9140-015240139) (DS2) delivered to EDGEWOOD AREA-ABERDEEN PROVING GROUND, MD.
DELIVERY DATES: 30,000 USG on September 16, 2017
30,000 USG on September 23, 2017
DELIVERY ADDRESS:
E5126 Webster Road
Aberdeen Proving Ground
Edgewood Area MD 21010
DESCRIPTION:
Mode: Tank Truck/ W Pump
No. of Tanks Capacity Type Tank Location
1 200,000 ABOVE GROUND TANK(S) TANK # 2, BLDG-E5126
Delivery Hours: MONDAY - FRIDAY / 0800HRS - 1600HRS
Delivery Notes: Security clearance and badge may be required. Delivery coordination must be made. Facility operates on a compressed work schedule and will not accept
deliveries every other Friday. Ultra Low Sulfur Diesel (ULSD) fuel oil is required for liquid fuel operation: Solar Specification ES9-98 compliant, ULSD per ASTM D975-13 S15 Grade, Aromatics analysis per ASTM 6591, Fuel Bound Nitrogen (per ASTM 5629) must be less than 100ppmw.
Delivery Ticket Notes: Multiple delivery tickets required.
Special Messages: SECURITY CLEARANCE REQUIRED
This RFQ is 100% Set Aside to Small Business
Required delivery date is September 16, 2017 & September 23, 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 11:00 am Fort Belvoir, Virginia local time September 12, 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.