SPE60523Q0904 - Fort Jackson, SC, Diesel, ULSD (DS2)(clear on-road), 55,000 USG, Required Delivery Date 4 April 2023

Agency: DEPT OF DEFENSE
State: South Carolina
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159474372485259
Posted Date: Mar 31, 2023
Due Date: Apr 3, 2023
Solicitation No: SPE60523Q0904
Source: Members Only
Follow
SPE60523Q0904 - Fort Jackson, SC, Diesel, ULSD (DS2)(clear on-road), 55,000 USG, Required Delivery Date 4 April 2023
Active
Contract Opportunity
Notice ID
SPE60523Q0904
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: Mar 31, 2023 08:41 am EDT
  • Original Date Offers Due: Apr 03, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 18, 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:
    Columbia , SC 29207
    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.





Quotes are being requested and a written solicitation will not be issued. This opportunity is restricted to 100% Set Aside for Small Business Award, under NAICS code 324110 and the size standard is 1,500 employees. The purchase order resulting from this procurement will be a firm fixed-price Purchase Order. The solicitation, SPE605-23-Q-0904, is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP; FAR part 13), with FAR part 12 (Acquisition of Commercial Items). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2023-02 Effective Date 03/16/2023, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 03/01/2023, effective date 03/01/2023; DPAS rating for potential award is PO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at https://www.acquisition.gov. The prompt payment act is applicable.





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:



Quantity Estimated: 55,000.000 UG6



Ordering Period: 04/04/2023-06/30/2023



Escalator: ODSPBG2UL-OPIS Spartanburg ULSD No.2 (UL)



Base-Ref: 03/27/2023 Base-Price: $2.7011





NSN Delivery Identification State



9140-015240139 (DS2) FTJACKSON-FT. JACKSON COCO–COLUMBIA, SC





Fuel Type: DIESEL FUEL, ULSD (DS2) (clear on-road)





Delivery Address: WASHINGTON ST BLDG 2594 FT. JACKSON SC 29207





Tank Details -



No. of Tanks: 2



Capacity: 12,000 Gallons



Type: Below Ground Tanks



Tank Location: WASHINGTON ST BLDG 2594





Delivery Details -



Delivery Mode: Tank Truck



Delivery Schedule:



The receiving activity (the Customer) will contact the Contractor when a delivery order is required. Unless otherwise specified in the Schedule, all deliveries shall be made on the day specified in the delivery order unless otherwise authorized by the receiving activity during normal working hours of such activity, provided that the Contractor shall have received the order at least 48 hours prior to the day so specified.





Initial Required Delivery Date and Quantity: 4 April 2023, for 7,500 Gals





Delivery Hours: Between 7:30 AM and not later than 11:30 AM





Special Note:



1. Inspection and Acceptance at Destination



2. Ensure driver carries two forms of I.D.







FOB Destination.





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





The following provisions and clauses apply to this acquisition:



ECONOMIC PRICE ADJUSTMENT AND BASE REFERENCE PRICE: Please refer



to B19.19 ECONOMIC PRICE ADJUSTMENT - PETROLEUM PRODUCT PRICE,



POSTS, CAMPS, AND STATIONS (PC&S) (DLA ENERGY JUNE 2017)





FAR 52-212- 1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: Lowest Price Technically Acceptable. The contract award will be offered to the best value offer made to the Government, considering price, technical capability, and past performance. FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items and FAR 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; 52.222-3, 19, 21, 26, 35, 36; 52.222-50; 52.223-18, and 52.232-34. FAR 52.246-2, and the following apply: FAR 52.211-11, DFARS 252.203-7000, 252.225-7021, and 252.232-7003 shall be applicable.





FAR 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEPT 1989) “CONTRACTORS ARE REQUIRED TO ADHERE TO THE DELIVERY QUANTITY PRINTED ON THE ORDER. IF YOU DELIVER A QUANTITY IN EXCESS OF THE ALLOWABLE VARIATION CEILING, (10% VARIANCE).





REFERENCE FAR 52.211-16 VARIATION IN QUANTITY (APR 1984), "THE GOVERNMENT RESERVES THE RIGHT TO RETURN THE EXCESS QUANTITY AT THE CONTRACTORS EXPENSE.”





PLEASE NOTE: DoD installations and Federal Government facilities have access control measures and procedures in place. You and your subcontractor are responsible for knowing and complying with all physical security measures and access control procedures on the DoD installation or Federal Government facility you are delivering to.





Quotes containing accelerated payment terms will not be considered.





Responsible offerors shall submit quotes to Nicholas Labecki, Contract Specialist, at email DLAEnergyFEPCB@dla.mil. Offers are due by Monday, April 3, 2023, 10:00 A.M., Fort Belvoir, VA, 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.


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
  • Mar 31, 2023 08:41 am 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 >