i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. The solicitation will follow Simplified Acquisition Procedures as prescribed in FAR subpart 13.5 Test Program for Certain Commercial Items.
(ii) Solicitation Number SP0600-14-R-0211 is issued as a Request for Proposal (RFP).
(iii) This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-72, DFARS DPN 20140228, DLAD PROCLTR 2014 60 and DEPI January 2014 up to CI 14-16.
(iv) This acquisition has not been set-aside for small businesses and is issued under Full and Open Competition. The NAICS code is 324110 and the size standard is 1,500 employees.
(v), (vi) and (vii) Any resultant contract will be a Requirements-Type Fixed Price with Economic Price Adjustment (FP w/EPA) contract. The Base Reference information is:
Base Reference: Platts Oilgram AAXFQ00 GAS 10 PPM CIF NWE
Base Reference Date: 19 Feb 2014
Base Reference Price: $2.796691
The location and narrative for required product is as follows:
790 RAF WELFORD
UK, USAF, NEAR NEWBURY, BERKSHIRE RG20 7EX;
420 ABS/LGRF, FAIRFORD, GLOS, GL7 4DL
BERKSHIRE//OUTER ZONE//
DELIVERY DODAAC: FP5560
BILLING DODAAC : FP5560
ORDERING OFFICE:FP5560
ORDERING DODAAC : FP5560
POC: Samantha Pike
Ph: DSN 247-4207
COMM: +44 1285 714207
MOBILE: +44 7718 193068
Neil Glover; [email protected]
790-EG GASOLINE, PREM (ULG) 29,000 EST USG $___________
EN228, ULTRA LOW SULFUR PETROL
**PORTS ACTIVE**
DESC FUNDED
CAPITALIZED
TANK WAGON W/PUMP AND METER 4" Standard camlock required
Into 1/5,000 GALLON TANK USAF MSS
DRIVER REPORT TO MAIN GATE, HAVE SECURITY POLICE CALL FOR ESCORT.
FOB: DESTINATION
Period of Performance: Date of Award through June 30, 2015 for orders
48 hours after date of award through July 31, 2015 for deliveries
All provisions and clauses referenced will be incorporated with offer received. Any exceptions taken will be sent with offer on company letterhead stating the clause/provision/what exception is being taken, why and the cost savings to the Government if accepted. If the exception is not acceptable to the Government, offeror will be advised during negotiations and given an opportunity to withdraw offer or accept stated terms and conditions. Offerors are advised that offer price includes all applicable taxes and all other costs arising from contractor's performance of the contract, if they are chargeable to the U.S. Government in accordance with any SOFA Agreements, Memorandum of Understanding between the Countries/Governments/Uniformed Services. Also, transportation, insurance and any other contractor-incurred expenses should be included in the offer price (NOTE: Offer price should be a unit price per gallon). Offers must be submitted in English. Negotiators must speak English. DLA Energy is switching from one type of automated system to another on 1 April 2014. Submission of an offer will constitute acceptance of the requirement to utilize EBS, WAWF, My Invoice and DIBBS automated systems when PORTS is phased out.
(viii) FAR provision 52.212-1, Instruction to Offerors - Commercial Items (PC&S) (Tailored), applies to this acquisition, as do DFAR Provisions 252.212-7000 and 7001.
(ix) FAR provision 52.212-2, Evaluation -Commercial Items is applicable to this acquisition. The basis of award will be to the lowest price, responsible offer responding to the solicitation. When the Government elects to negotiate the offers, Final Proposal Revisions (FPR) will be evaluated based on the base reference date designated for use in the EPA Provision. If no FPR is submitted, the initial offer will be used as the FPR. Prices are good for up to 90 days after submission of offer or revised price. For evaluation purposes, the offered unit prices(s) will not be updated until after award, regardless of pre-award changes in the reference price.
(x) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items is applicable to this acquisition.
(xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Overseas PC&S PORTS INTERNET Application (Tailored) - is applicable to this acquisition. FAR Clause 52.229-6, Taxes Foreign Fixed-Price Contracts and DFARS clauses 252.233-7001, Choice of Law (Overseas) and 52.229-9F55 Relief from Custom Duties (UK) is applicable to this acquisition.
(xii) FAR Clause 52.212-5, Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items and DFAR 252.212-5 is applicable to this acquisition and all reference clauses are applicable except for the following clauses under paragraph (b): 52.203-15, 52,204-10, 52.204-11, 52.209-10, 52.219-3, 52.219-4, 52.219-6 and Alternate I and II, 52.219-7 and Alternate I and II, 52.219-8, 52.219-9 and Alternate I, II and III, 52.219-13, 52.219-14, 52.219-16, 52.219-23 and alternate I, 52.19-25, 52.219-26, 52.219-27, 52.219-28, 52.219-29, 52.219-30, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-9 and Alternate I, 52.223-15, 52.223-16 and Alternate I, 52.223-18, 52.225-1,52.225-7032, 252.225-7033 52.226-4, 52.226-5, 52.232-29, 52.232-30, 52.232-36,52.232.40, 52.247-64 and Alternate I, and all of paragraph (c). All FAR/DFAR clauses may be downloaded from http://farsite.hill.af.mil/
(xiii) F1.01-1 DELIVERY CONDITIONS FOR TRANSPORT TRUCKS, TRUCKS AND TRAILERS, AND TANK WAGONS, F1.09-2 DETERMINATION OF INVOICE QUANTITY (PC&S), G9.07, G9.07-5 AND G150.03-1 PAPERLESS ORDERING AND RECEIPT TRANSACTION SCREENS (PORTS) INTERNET APPLICATION, M55 CONVERSION FACTORS (DLA ENERGY MAR 2007) and K86 FOREIGN TAXES (DLA ENERGY JUN 1987) , apply to this acquisition. For a copy of the provisions listed above see Attachment A & B or contact the points of contact listed in paragraph (xvi).
(xiv) DPAS is not applicable.
(xv) The closing date for receipt of offers is 1500 HOURS Local Time Ft Belvoir, Virginia on MARCH 28, 2014. Responses can be mailed to DLA ENERGY, John J. Kingman Rd, Suite 4950, Attn: DLA Energy FEPCB, SUITE 4950, ROOM 3821, Ft. Belvoir, VA 22060 and must have solicitation number and closing date and time VISIBLY annotated; or email offer to [email protected] SUBJECT:SP0600-14-R-0211, PP: 1.8J; or fax to 703-767-8506, Attn:JoAn Findlay (FEPCB).
(xvi) Points of contact are JoAn Findlay, email: [email protected] or Georgia Dotson, email: [email protected]
NOTE 1: TO BE VALID, ALL OFFERS MUST COMPLY WITH THE INSTRUCTIONS IN CLAUSE 52.212-1(b) TO INCLUDE AT A MINIMUM:
(1) The solicitation number, (2) The time specified in the solicitation for receipt of offers, (3) The name, address, and telephone number of the offeror, (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, (5) Terms of any express warranty, (6) Price and any discount terms, (7) "Remit to" address, if different than mailing address, (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically), (9) Acknowledgment of Solicitation Amendments; and (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation on Company Letterhead and signed and dated by an Officer of the Company. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
NOTE 2: TO BE VALID, ALL OFFERORS MUST BE REGISTERED ON WWW.SAM.GOV . ANY OFFEROR WHO HAS NOT REGISTERED IS NOT AUTOMATICALLY MIGRATED FROM CCR. ALL CERTIFICATIONS AND REPRESENTATIONS MUST BE COMPLETED ON WWW.SAM.GOV TO BE ACCEPTABLE BY THE TIME OFFERS ARE SUBMITTED.