Alabama Bids > Bid Detail

SPE60523Q0629 - Redstone Arsenal, AL, Jet Fuel, Type A (JAA), 70,000 Gallons, Required Delivery Date 22 February 2023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159131283139087
Posted Date: Feb 14, 2023
Due Date: Feb 20, 2023
Solicitation No: SPE60523Q0629
Source: https://sam.gov/opp/34146afe4c...
Follow
SPE60523Q0629 - Redstone Arsenal, AL, Jet Fuel, Type A (JAA), 70,000 Gallons, Required Delivery Date 22 February 2023
Active
Contract Opportunity
Notice ID
SPE60523Q0629
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 14, 2023 10:05 am EST
  • Original Published Date: Jan 31, 2023 02:53 pm EST
  • Updated Date Offers Due: Feb 20, 2023 10:00 am EST
  • Original Date Offers Due: Feb 13, 2023 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 07, 2023
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9130 - LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE
  • NAICS Code:
    • 324110 - Petroleum Refineries
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description View Changes

AMENDED: This requirement has been amended with a new delivery date of 22 February 2023. The original delivery date was postponed due to inclement weather.





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 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-0629, 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 2023-01 effective date 12/30/2022, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 12/30/2022, effective date 12/30/2022; 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 F3 – TRANSPORT TRUCK AND/OR TRAILER FREE TIME AND DETENTION RATES (PC&S) (DLA ENERGY AUG 2005) clause shall be completed and submitted with the vendor’s quote. The prompt payment act is applicable.



NOTE: All offerors shall have an active registeration 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



Product: JET FUEL, TYPE A (JAA)



NSN: 9130-003592026



Quantity: 70,000 Gallons



Required Delivery Date: 22 February 2023



Delivery Address: Test Area 4 near bldg. 6610 Shields Road, Redstone Arsenal, AL, 35898



Delivery Mode: Tank Truck; gravity feed fuel, requries a minimum of two (2) each 12-foot hoses that need to be 3 inch or larger in diameter, and only dispense by gravity feed, no pumping.



No. of Tanks: One (1) each open-air fuel pan



Capacity: 75,000 gallons



Delivery Hours:



*Fuel trucks may begin arriving not earlier than 6:00 PM, and the last truck must be in the staging area not later than 10:00 PM.




  1. Trucks/tankers can arrive at Bldg. 6610 on Shield Road for staging/offloading starting at 6:00PM. Arriving prior to 6:00 PM is not authorized due to site testing schedule restrictions.

  2. Mandatory escorts will accompany each truck & driver.



Specific Delivery Site Instructions:




  1. Starting at approximately 6:00 PM, each truck will be escorted one at a time to the actual test site to an open-air container (large pan) where they will ground/safety chock their vehicle and commence offloading of fuel via a gravity fed system.

  2. Upon completion of fuel emptying operation, the truck will then get escorted back to Bldg. 6610 and is free to leave the facility.

  3. Due to the nature of the fueling process, a truck may have to wait at Bldg. 6610 for multiple hours while waiting their turn to empty their fuel into the open-air container.



Special Note:



1) Meter ticket(s) required



2) Inspection and Acceptance at Destination



3) Ensure driver carries two forms of I.D.



4) There are also strict weather requirements for the test and as such the test date can shift pending weather.There are also strict weather requirements for the test and as such the test date can shift pending weather.



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, DFARS 252.232-7003, and F3 – TRANSPORT TRUCK AND/OR TRAILER FREE TIME AND DETENTION RATES (PC&S) (DLA ENERGY AUG 2005) 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, February 20, 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.



Full Text Clause(s):



F3 – TRANSPORT TRUCK AND/OR TRAILER FREE TIME AND DETENTION RATES (PC&S) (DLA ENERGY AUG 2005)



Note, If applicable, this Clause must be returned to DLA Energy



(a) Upon arrival of Contractor's transport truck or truck and trailer, the receiving activity shall promptly designate the tanks into which the load is to be discharged. Free time will commence when the discharge hose is connected to the receiving line at the delivery point and will end when discharge is completed. The Contractor shall be paid for detention beyond free time for delays caused by the Government. A minimum of one-hour free time is required.



(1) Free time for unloading a transport truck or truck and trailer (includes one-hour minimum plus any additional time): ________________________________.



(2) Rate for detention beyond free time: _______________.



The above will not be considered in the evaluation of offers for award except that a free time of less than one hour may render an offer unacceptable. Notwithstanding the above, the Government is entitled to at least as much free time as is allowed by the common carrier or that the Contractor normally allows its regular commercial customers, whichever is greater.



Free time only applies to single-drop deliveries (it is not applicable to multiple-drop tank truck/truck and trailer deliveries or any tank wagon deliveries).



(b) Notwithstanding the above, the Government will not pay more in detention rates than the actual rate charged by the common carrier or the rate the Contractor normally charges its regular commercial customers, whichever is lower. Detention costs will be the sole responsibility of the activity incurring them and are only allowable on single drop deliveries (they are not allowable on multiple drop tank truck/truck and trailer deliveries or any tank wagon deliveries. Invoices for detention costs will be submitted by the Contractor directly to the activity receiving the product. These provisions are applicable to DLA- owned/capitalized as well as non-DLA-owned/noncapitalized products.



(c) UNLESS THE OFFEROR OTHERWISE INDICATES IN PARAGRAPHS (a)(1) AND (a)(2) ABOVE, FREE TIME WILL BE CONSIDERED UNLIMITED AND DETENTION COSTS WILL NOT BE CHARGEABLE.


Attachments/Links
Contact Information View Changes
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 >