Alaska Bids > Bid Detail

RFQ SPARREVOHN LRRS, AK 25,000 USG (DS1) RDD 14 Aug 2023 – 8 Sept 2023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159557273461438
Posted Date: Aug 1, 2023
Due Date: Aug 9, 2023
Solicitation No: SPE60523Q0044
Source: https://sam.gov/opp/f872596811...
Follow
RFQ SPARREVOHN LRRS, AK 25,000 USG (DS1) RDD 14 Aug 2023 – 8 Sept 2023
Active
Contract Opportunity
Notice ID
SPE60523Q0044
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: Aug 01, 2023 04:17 pm EDT
  • Original Date Offers Due: Aug 09, 2023 10:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9140 - FUEL OILS
  • NAICS Code:
    • 324110 - Petroleum Refineries
  • Place of Performance:
    AK
    USA
Description

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), award made under this solicitation will be made using FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.



This solicitation, SPE60523Q0044, is issued as a Request for Quotation (RFQ) for commercial items using the Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The contract resulting from this procurement will be a firm fixed price contract. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 dated 02 June 2023. 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/browse/index/far



https://www.acq.osd.mil/dpap/dars/dfarspgi/current/



This opportunity is issued as 100% Small Business Set-Aside under NAICS code 324110, and the size standard is 1,500 employees.



Scope of Requirement:





CLIN 0001 -





Quantity: 25,000 USG





Required Delivery Date: 14 Aug – 8 Sep 2023





NSN Delivery Identification State



9140-015245174 (DS1) FP5020LRRS - SPARREVOHN LRRS AK



DIESEL FUEL





Delivery Address: AF LRRS SPARREVOHN SPARREVOHN AK 99506-3145





Service Code Delivery DODAAC Ordering Office DODAAC



USAF FP5020 FP5000





Name Phone



611 ASUS LGRF 907-552-3793 / 9





Mode Receipt % Max Parcel Min Parcel FOB Restriction



AIRLIFT





No. of Tanks Capacity Type Tank Location



1 128000 ABOVE GROUND TANK(S) SPARREVOHN AIR FORCE STATION



1 15000 ABOVE GROUND TANK(S) SPARREVOHN AIR FORCE STATION



1 8000 ABOVE GROUND TANK(S) SPARREVOHN AIR FORCE STATION





Delivery Mode Notes: 50 FT OF HOSE (MIN) WITH STANDARD CAMLOCK CONNECTION.





Delivery Hours: SEE DELIVERY NOTES





Delivery Notes: TWO HOUR NOTIFICATION TO RECEIVING ACTIVITY REQUIRED PRIOR TO LANDING. VENDOR MUST COORDINATE WITH 611TH AIRFIELD MANAGER TO ENSURE AIRCRAFTHAS SUFFICIENT PERMITS AND MEETS ALL REQUIREMENTS.



VENDOR MUST COORDINATE WITH SITE PRIOR TO DELIVERY TO ENSURE THERE ARE NO SPECIAL REQUIREMENTS NEEDED SPARREVOHN LRRS. PLEASE NOTIFY ORDERING POC OF ANY DELAYS IN DELIVERY WINDOW 611 ASUS/LGRF



Delivery Ticket Notes: METERED DELIVERY TICKET REQUIRED.



*Note: The government will not assume any responsibility above the 10% variance authorized by the contract.*





VENDORS ARE RESPONSIBLE FOR ENSURING ALL APPLICABLE TAXES AND FEES ARE INCLUDED IN THEIR QUOTED PRICES.



DLA Energy may require a vendor to sign the SF1449 prior to being awarded this delivery. This will be sent by email and may have a response window of as little as two (2) hours. Upon request, the vendor must return the signed SF1449 by the deadline specified. If this is not returned by the specified deadline, DLA Energy reserves the right to offer this delivery to a different vendor.



Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Workflow (WAWF).



FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition.



Vendors shall include a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items with its quotation. A printout from sam.gov is acceptable.



FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition.



FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. In paragraph (b) of FAR 52.212-5, the following apply: FAR 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-34.



The following additional clauses apply to this acquisition: FAR 52.204-7, 52.204-13, 52.204-18, 52.204- 21, 52.211-16 with a 10% variance above or below, 52.211- 17, and 52.247-34. Defense Federal Acquisition Regulation Supplement (DFARS) 252.203-7000, 252.204-7015, 252.225-7012, 252.225- 7021, 252.229-7000, 252.229-7001, 252.232-7003, 252.232-7006, 252.233-7001, and 252.247-7023. ENERGY Quality Assurance Provision C16.69-10 DIESEL FUEL SPECIFICATION (PC&S) (DS1) also applies. (See attached)



FAR 52.212-2 Evaluation of Commercial Items applies to this acquisition. The evaluation criteria stated in paragraph (a) of FAR 52.212-2 are as follows:



1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





a. Factor 1: Past Performance



b. Factor 2: Price





2. Past performance is more important than price.





Factor 1: Past Performance



The past performance evaluation factor assesses the degree of confidence the Government has in an offeror’s ability to supply products that meet users’ needs, based on a demonstrated record of performance. The assessment of the offeror’s past performance will be used as a means of evaluating the offeror’s ability to meet the solicitation requirements, including the offeror’s ability to conform to contract requirements, specifications and standards of good workmanship, the offeror’s ability to meet delivery schedules, to respond to administrative issues in a timely manner, and to complete a contract, and the offeror’s commitment to maintaining an acceptable level of performance. This includes the offeror’s history of reasonable and cooperative behavior, participation in problem identification, and corrective action measures. A record of poor performance may be considered an indication that the offeror has failed to conform to contract requirements and/or to standards of good workmanship, adhere to contract schedules, including the administrative aspects of performance; provide reasonable and cooperative behavior and commitment to customer satisfaction; and/or display a business-like concern for the interests of the customer.



Offerors Past performance information will be obtained by the Government through any other source available to the Government which may include:



Contractor Performance Assessment Reporting System (CPARS)



Federal Awardee Performance and Integrity Information System (FAPIIS) via SAM.GOV



Past Performance, Best Value, Supplier Performance Risk System (SPRS)



Supplier Risk Analysis by CAGE, Business Decision Analytics (BDA)



Electronic Subcontract Reporting System (eSRS)



The contracting officer’s knowledge of and previous experience with the supply being acquired.



Factor 2: Price



The lowest price will be determined by evaluating offers on a line item-by-line item basis. Offerors are reminded that all proposed unit prices shall include all applicable taxes and duties, except taxes and duties that the Government of the United Sates are not exempt.





Quotations are due NLT 10:00pm Eastern Standard Time (EST) Fort Belvoir, VA Local Time, Wednesday 9 August 2023.



Send questions to the Contract Specialist, Hannah Savine, by email to hannah.r.savine@dla.mil. Email quotations to the contract specialist and DLAEnergyFEPAB@dla.mil no later than RFQ due date/time.


Attachments/Links
Attachments
Document File Size Access Updated Date
Delivery Narrative.docx (opens in new window)
15 KB
Public
Aug 01, 2023
ENERGY QAP C16.69-10 DS1 (PCS) (DEC 2016).pdf (opens in new window)
21 KB
Public
Aug 01, 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
  • Aug 01, 2023 04:17 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 >