Alaska Bids > Bid Detail

14,000 USG DS1 BY TANK WAGON AND BARGE to MOSES POINT, AK 8172023 - 09302023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159879139317827
Posted Date: Aug 11, 2023
Due Date: Aug 17, 2023
Solicitation No: SPE605-23-Q-0058
Source: https://sam.gov/opp/4a35328cb0...
Follow
14,000 USG DS1 BY TANK WAGON AND BARGE to MOSES POINT, AK 8172023 - 09302023
Active
Contract Opportunity
Notice ID
SPE605-23-Q-0058
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 11, 2023 03:01 pm EDT
  • Original Date Offers Due: Aug 17, 2023 10:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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), 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, SPE60523Q0058, 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 FAC 2023-04 dated June 2, 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 solicitation is being solicited as full and open/unrestricted.



Scope of Contract:



CLIN 0001 – The contractor shall provide, under line item 0001:



14,000 USG of DIESEL FUEL (DS1) (NSN: 9140-015245174)



delivered by TANK WAGON and Barge to:



301 EAST 56TH AVE MOSES POINT AK 98108-0947



Required delivery date: August 17, 2023 – September 30, 2023



Delivery will be f.o.b. destination.



No. of Tanks Capacity Type Tank Location



2 6000 BELOW GROUND TANK



Delivery Hours: DELIVERY REQUIRED JUL 15 - SEPT 30



Delivery Mode Notes: BARGE TO ELIM OFFLOAD FUEL INTO CONTRACTOR FURNISHED TW. DELIVER TO MOSES POINT



APPROXIMATELY 11 MILES FROM ELIM.



Delivery Notes: CONTACT POC AT LEAST 24HRS BEFORE DELIVERY IS TO BE MADE.



Delivery Ticket Notes: DELIVERY TICKETS REQUIRED.



Special Messages: FEDCIV



Moses Pt = 14,000 Gal note: 2 6k tanks + 1 2K tank trailer



VENDORS ARE RESPONSIBLE FOR PROVIDING THEIR OWN TANK WAGON TO MOVE FUEL FROM THE BARGE TO THE DELIVERY POINT IN MOSES POINT.



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 Daylight Time (EDT) Thursday, 17 August 2023.



Send questions to the Contract Specialist, Colleen Fantasia, by email to colleen.fantsia@dla.mil. Email quotations to the contract specialist and DLAEnergyFEPAB@dla.mil no later than RFQ due date/time.




Attachments/Links
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 11, 2023 03:01 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 >