This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
subpart 12.6, as supplemented with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a written solicitation will not be
issued.
The solicitation, SPE60520Q0250, is issued as a Request for Quotation (RFQ), under the FAR part 13
Simplified Acquisition Procedures (SAP). This opportunity is restricted to 100% Set Aside for Small
Business Award. NAICS code 324110 size standard is 1,500 employees. The purchase order resulting
from this procurement will be a firm fixed-price purchase order. This document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular 2020-03 dated 12-13-
2019. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation
may be reviewed/obtained in full text form at https://www.acquisition.gov.
NOTE: All offers shall be registered in System of Award Management (SAM), Small Business
Administration (SBA), under NACIS 324110.
Scope of Contract:
CLIN 0001 – The contractor shall provide, under line item 0001:
30,000 US Gallons of Diesel Red-dyed ULSD #2 Grade (DSS), NSN: 9140-0-1541-6760
Delivery Address: AC/S PWD Building 152, Parris Island, SC 29905
Delivery Notes for CLIN 0001 - Delivery as listed:
No. of Tanks Capacity Type Tank Location
2 50000 ABOVE GROUND TANK(S) BLDG. CAD-134 (CHEATHAM ANNEX / JONES POND
COMPOUND
Delivery Mode: Tank Truck, W/ PUMP & METER
Delivery Hours:
Between 0700 and 1500 hours
Required Delivery Date: 6 JAN 2020
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. The Government intends to award a
contract resulting from this solicitation to the Lowest Priced Technically Acceptable (LPTA) offeror. 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 -21, -26, -35, -36, -50; 52.223-18, and 52.232-34. FAR 52.246-2, FAR 52.211-16 with a variation in quantity of 10% (above or below) shall be applicable, and 252.232-7003.
Responsible offerors shall submit quotes to Anthony Brown by email to [email protected], or John Parson, [email protected]. Offers are due by 2 January, 2020 9:00 AM Eastern (Fort Belvoir, VA, local time).
Offerors shall include all applicable federal, state and local taxes in the offer price. Taxes, if applicable, included in the offer price shall be broken out when submitting quotes. DLA Energy appreciates your interest in this requirement.