Florida Bids > Bid Detail

SPE60523Q0685 - Key West, FL, Diesel, Red-Dyed ULSD, #2 Grade (DSS), 16,500 USG, Required Delivery Date 23 March 2023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159552964158934
Posted Date: Mar 20, 2023
Due Date: Mar 22, 2023
Solicitation No: SPE60523Q0685
Source: https://sam.gov/opp/1a00035ee4...
Follow
SPE60523Q0685 - Key West, FL, Diesel, Red-Dyed ULSD, #2 Grade (DSS), 16,500 USG, Required Delivery Date 23 March 2023
Active
Contract Opportunity
Notice ID
SPE60523Q0685
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 20, 2023 03:35 pm EDT
  • Original Published Date: Mar 20, 2023 03:31 pm EDT
  • Updated Date Offers Due: Mar 22, 2023 11:00 am EDT
  • Original Date Offers Due: Mar 22, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 06, 2023
  • Original Inactive Date: Apr 06, 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:
    Key West , FL 33040
    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-0685, 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 Description – The contractor shall provide under line item 0001:





Fuel Type



Diesel, Red-Dyed ULSD, #2 Grade (DSS)





NSN: 9140-015416760





Quantity: 16,500 US Gallons





Delivery Details: Split Delivery; 16,000 USG to Boca Chica; 500 USG to Truman Annex





Required Delivery Date: 23 March 2023





Delivery Address: A-4209 SWS Shangrila Ave for Boca Chica, NAS Key West , FL 33040; A-4199G Gardiner St for Truman Annex, NAS Key West , FL 33040.





Delivery Hours: Between 0700 hrs and not later than 1400 hrs





Delivery/Tank Info: All tanks are above ground and can be filled via hose into the top of tank. All tanks accessible within 50 feet of the road with a hose.



No. of Tanks Capacity Type Tank Location



1 500 ABOVE GROUND TANK(S) TRUMAN ANNEX, NAS KEY WEST, FL



3 6000 ABOVE GROUND TANK(S) BOCA CHICA, NAS KEY WEST, FL





Delivery Mode: Tank Truck w/ Pump







Special Note:



1. Inspection and Acceptance at Destination



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



3. Detailed Government Bill of Lading with the address of destination printed on it.



4. Drivers must have the following items on them in order to be granted entry:




  • Federally Accepted, Government Issued Photo ID

  • Valid State Registration

  • Valid Insurance

  • Work Order, Bill of Lading, or email from DOD Sponsor

  • Proof of citizenship/immigration status





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: 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 Wednesday, March 22, 2023, 11:00 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

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 >