South Carolina Bids > Bid Detail

SPE60523Q0662 - Eastover, SC, Diesel Red- Dyed ULSD #2 GRADE (DSS), 7,500 Gallons, Required Delivery Date 14 Mar 2023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159850073575683
Posted Date: Mar 10, 2023
Due Date: Mar 13, 2023
Solicitation No: SPE60523Q0662
Source: https://sam.gov/opp/8d785e5c39...
Follow
SPE60523Q0662 - Eastover, SC, Diesel Red- Dyed ULSD #2 GRADE (DSS), 7,500 Gallons, Required Delivery Date 14 Mar 2023
Active
Contract Opportunity
Notice ID
SPE60523Q0662
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 10, 2023 01:44 pm EST
  • Original Date Offers Due: Mar 13, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 28, 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:
    Eastover , SC 29044
    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 a Total (100%) Set Aside for Small Business Concerns under NAICS code 324110 the size standard is 1,500 employees. The Purchase Order (PO) resulting from this procurement will be a firm fixed-price purchase order. The solicitation, SPE605-23-Q-0662, 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 2023-01 Effective Date 12/30/2022, 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:



Fuel Type



Diesel Red-Dyed ULSD #2 GRADE (DSS)



NSN: 9140-01-541-6760



Quantity: 7,500 Gallons



Required Delivery Date: 14 March 2023



Delivery Hours: Between 0700 hrs and not later than 1600 hrs



Delivery Address:



5401 LEESBURG ROAD EASTOVER SC 29044-9732



Delivery Mode: Tank Truck, with meter capability



No. of Tanks Capacity Type Tank Location



1 20000 TANKS 5401 LEESBURG ROAD W92M SCARING TRNG CTR CP MC CR



1 25000 TANKS 5401 LEESBURG ROAD W92M SCARING TRNG CTR CP MC CR



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: FAR 52-212- 1, Instructions to Offerors-Commercial Products and Commercial Services; FAR 52.212-2 Evaluation-Commercial Products and Commercial Services; 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 Products and Commercial Services; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Products and Commercial Services. 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 DFARS 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.



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.



Responsible offerors shall submit quotes to John Parson, Contract Specialist, at email DLAEnergyFEPCB@dla.mil. Offers are due by Monday, March 13, 2023, 11:00 A.M., Fort Belvoir, VA 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
  • Mar 10, 2023 01:44 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 >