Alaska Bids > Bid Detail

RFP Solicitation SPE605-23-R-0211 for DLA Energy Posts, Camps and Station (PC&S) Purchase Program 3.9, Alaska requirements

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159111033673996
Posted Date: May 19, 2023
Due Date: Jun 18, 2023
Solicitation No: SPE60523R0211
Source: https://sam.gov/opp/38265d83b2...
Follow
RFP Solicitation SPE605-23-R-0211 for DLA Energy Posts, Camps and Station (PC&S) Purchase Program 3.9, Alaska requirements
Active
Contract Opportunity
Notice ID
SPE60523R0211
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA ENERGY
Office
DLA ENERGY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 19, 2023 02:45 pm EDT
  • Original Date Offers Due: Jun 18, 2023 10:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9140 - FUEL OILS
  • NAICS Code:
    • 324110 - Petroleum Refineries
  • Place of Performance:
    AK 99506
    USA
Description

This requirement type request for proposal (RFP) for Commercial Products and Commercial Services or Commercial Products and Commercial Services is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice.



SOLICITATION NUMBER: SPE605-23-R-0211 is a combined synopsis/solicitation for commercial product and commercial services issued as a request for proposal (RFP) for DLA Energy Posts, Camps and Station (PC&S) Purchase Program 3.9, Alaska requirements. Submit written offers only, oral offers will not be accepted. Defense Logistics Agency – solicitation RFP requirements for delivery of Diesel Fuel, Fuel Oil Burner, Gasoline Automotive, and Gasoline Aviation is in support of Department of Defense (DoD) and federal civilian (FEDCIV) activities for supplying ground fuel to various locations in the Alaska Region. The required fuel will be delivered directly by the vendor to the requiring customers(s) via Tank Wagon (TW) and/or Air Lift , and short term fuel storage options (ISO Containers, Frac tanks & etc.) via FOB Destination



This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 effective February 22, 2023; DFARS Change effective April 27, 2023; Defense Logistics Agency Directive (DLAD) effective August 30, 2022; and Defense Logistics Agency Energy Procurement Instruction (DEPI) effective April 02, 2023; up to Procurement Flash 2023–0051, effective May 04, 2023. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. The text of the referenced clauses and provisions in this solicitation may be accessed electronically in full text at https://www.acquisition.gov/.



Solicitation RFP SPE60523R0211 is issued under Partial Small Business Set-Aside



SMALL BUSINESS SET ASIDE: This RFP has four (4) solicitation line items Diesel Fuel (DS2), Fuel Oil Burner (FS1), Gasoline Automotive (MUR), and Gasoline Aviation (AVGAS, 130) set-aside for Small Businesses. The remaining one (1) solicitation line item Diesel Fuel (DS1) is solicited under Full and Open Competition. The North American Industry Classification System (NAICS) code for this acquisition is 324110 and the size standard for a small business is either that it has no more than 1500 employees, including all affiliates, or that it has a capacity to refine no more than 200,000 barrels per calendar day total Operable Atmospheric Crude Oil Distillation capacity. In accordance with FAR 19.000(b), FAR Part 19 – Small Business Programs. This procurement is being issued as a Partial Small Business Set-Aside. North American Industrial Classification Standard (NAICS): 324110 Small Business Size Standard: 1500 employees or no more than 200,000 barrels per calendar day For questions concerning Small Business matters, contact DLA.ENERGY.OSBP@DLA.MIL.



PERIOD OF PERFORMANCE: The ordering period for all contracts awarded under this solicitation will be 01 October 2023 through 30 September 2025. with a thirty-day delivery carryover period through October 30, 2025. See contract provision F4 DELIVERY AND ORDERING PERIODS (DLA ENERGY JUN 2002).



Payment term of “Net 30” will apply to all contracts awarded from this solicitation.



All solicitation line-item numbers (SLIN) listed under B1.01 SUPPLIES TO BE FURNISHED (DOMESTIC PC&S) (DLA ENERGY JAN 2012) are in U.S. Gallons (USG). See Attachment A Schedule of Supplies



TIME SPECIFIED FOR RECEIPT OF OFFERS: Please note that all required documents to be submitted as part of an Offeror’s proposal shall be received, as stated no later than: June 18, 2023 at 10:00PM Eastern Standard time (EST) (Ft. Belvoir, VA Local Time).



OFFER SUBMISSION: All fuel product SLIN offers must be submitted in DLA Energy PC&S Offer Entry Tool (OET). Information regarding access to OET refer to Attachment F PC&S OET Vendor Guide for instructions. All offerors shall refer to 52.212-1 INSTRUCTIONS TO OFFERORS –COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) for instructions on how to prepare and submit a proposal.



LATE OFFERS: Please note that offers must be received before 18 June 2023; 10:00 PM, Eastern Standard Time (EST) Fort Belvoir, VA Local Time. Any offer received after 18 June 2023; 10:00 PM, Eastern Standard Time (EST) Fort Belvoir, VA Local Time will be considered “late.” Offeror(s) assume all risk for any delay in the transmission of their proposals.



DISCUSSIONS: The government anticipates and intends to award without discussions; however, to maximize the government’s ability to obtain best value, it may be necessary to conduct discussions. Discussions may be conducted either orally or in writing. The scope and extent of discussions are a matter of contracting officer judgement. Offerors are advised to submit initial proposals, which are abundantly and clearly compliant without the need for additional information.



EVALUATION: Reference FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). Any contract awarded to a contractor who, at the time of award, was suspended, debarred, or ineligible for receipt of contracts with Government agencies, or was in receipt of a notice of proposed debarment from any Government agency, is voidable at the option of the Government.



CONTRACT TYPE: The fuel requirements issued under this solicitation are for the remainder of the current contract cycle. DLA Energy will award a Requirement type contract with Firm-Fixed Price with Economic Price Adjustment (EPA). Please refer to FAR 52.216-1, TYPE OF CONTRACT (APR 1984) and FAR 52.216-21 REQUIREMENTS (OCT 1995).



COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING: Please include your CAGE code in your offer submission letter.



UNIQUE ENTITY ID NUMBER: Please include your company’s your Unique Entity ID (UEI) Number in your offer submission letter.



ACKNOWLEDGEMENT OF AMENDMENTS: YOU MUST ACKNOWLEDGE RECEIPT OF ANY AMENDMENTS TO THIS SOLICITATION. You may do this by completing Block 8, 15A, signing 15B, 15C, and returning one (1) copy of each amendment issued.



CLOSING DATE: 18 JUNE 2023; 10:00 PM, EASTERN STANDARD TIME (EST) Fort Belvoir, VA Local Time.



ALL RESPONSIBLE OFFERORS MAY SUBMIT AN OFFER FOR CONSIDERATION.




Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment J ENERGY E QAPs Portfolio.pdf (opens in new window)
16 MB
Public
May 19, 2023
RFP SPE605-23-R-0211 Draft Updated 18 APR.pdf (opens in new window)
1 MB
Public
May 19, 2023
Attachment I - ENERGY C-QAPs Portfolio.pdf (opens in new window)
1 MB
Public
May 19, 2023
Attachment G - Small Business Set Aside.pdf (opens in new window)
70 KB
Public
May 19, 2023
Attachment F - PCS OET Vendor Guide.pdf (opens in new window)
2 MB
Public
May 19, 2023
Attachment E - Requesting OET Vendor Role in AMPS Guide.pdf (opens in new window)
1 MB
Public
May 19, 2023
Attachment D - AMPS Role Guide.pdf (opens in new window)
2 MB
Public
May 19, 2023
Attachment B - Government Preferred Base Reference Indexes.pdf (opens in new window)
70 KB
Public
May 19, 2023
Attachment A - Schedule of Supplies.pdf (opens in new window)
85 KB
Public
May 19, 2023
file uploads

Contact Information
Contracting Office Address
  • POST, CAMPS, AND STATIONS 8725 JOHN J. KINGMAN ROAD
  • FORT BELVOIR , VA 22060
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 19, 2023 02:45 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >