Florida Bids > Bid Detail

RFQ SPE60524Q0265 Blount Island, FL, Diesel, ULSD (DS2), 8,000 USG, RDD 19 Dec 2023

Agency:
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159591202360153
Posted Date: Dec 14, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/e24abfdffa...
Follow
RFQ SPE60524Q0265 Blount Island, FL, Diesel, ULSD (DS2), 8,000 USG, RDD 19 Dec 2023
Active
Contract Opportunity
Notice ID
SPE60524Q0265
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA ENERGY
Office
DLA ENERGY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 14, 2023 02:24 pm EST
  • Original Date Offers Due: Dec 18, 2023 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 02, 2024
  • 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:
    Jacksonville , FL 32226
    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, SPE605-24-Q-0265, 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 2023-06 Effective Date 12/04/2023, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 10/30/2023, effective date 10/30/2023; 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: 8,000.000 UG6





NSN Delivery Identification State



9140-015240139 (DS2) BLOUNTIS - MCLB BLOUNT ISLAND FL





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





Delivery Address: 5880 GATECO BLVD., JACKSONVILLE, FL 32226





Tank Details -



No. of Tanks: 1



Capacity: 12,000 Gallons



Type: Above Ground Tanks



Tank Location: 5880 GATECO BLVD., JACKSONVILLE, FL 32226





Delivery Details -





Delivery Mode: Tank Truck





Required Delivery Date: 19 December 2023





Delivery Hours: Between 7:00 AM and not later than 1:00 PM





Special Note:



1. Inspection and Acceptance at Destination



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



3. MUST HAVE DRIP BUCKET, PIG MAT, 4” HOSE, HOSE END CAPS, AND ENVIRONMENTAL SERVICE AGREEMENT ON FILE TO OFFLOAD.







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 Monday, December 18, 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
  • Dec 14, 2023 02:24 pm ESTCombined 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 >