This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation W912NS25Q9005 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03.
This is a Small Business Set-Aside and only qualified vendors may quote. The associated North American Industrial Classification System (NAICS) code for this procurement is: 324110 Petroleum Refineries with a size standard of 1500 employees. The Federal Product/Service Code is 9140 Fuel Oils.
Per Gallon Pricing is requested for the below requirement:
CLIN 0001: 10,000 Gallons of Ultra Low Sulfur Diesel #2 Clear
- Vendor to provide delivery onsite 30 May 2025 at 475 South Davis Avenue, Marshall, MO 65340
- Unit will receive fuel on 30 May 2025 between 0800 and and 1530
- Unit will have up to five fuel tanks M978 HEMTT's to be fueled (each tank will be no more than 2350 gal) up to 10,000 gallons total
- Unit will only be charged for fuel received (minimum 7,000 Gallons, Maximum 10,000 Gallons)
***Since 10,000 gal is requested and may not make for economic delivery quantity between the difference in load capacity of a straight truck with two loads and a single tractor trailer load, you are welcome to submit multiple quotes for various delivery options so we may consider the option that is best for the Government to fulfill this requirement***
Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE) offering your price per gallon inclusive of all applicable taxes and delivery surcharges. Offeror shall utilize the Contract Line Item Number (CLIN) structure when submitting Quote. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive.
***DUE TO MARKET PRICING, QUOTES SHOULD BE FINALIZED AS CLOSE TO THE SUBMITTAL DATE AS NECESSARY TO LOCK IN CURRENT PRICING FOR TIME OF DELIVERY, LAST MINUTE PRICE ADJUSTMENTS AFTER QUOTE DUE DATE WILL NOT BE ACCEPTED***
Submit quotes electronically via email to lief.m.remington.civ@army.mil and ethan.j.curtis2.mil@army.mil utilizing the following subject: RFQ W912NS25Q9006 "Company Name". All quotes shall be submitted by 10:00 A.M./1000 Central Time on 27 May 2025. Late submissions will not be considered. The government intend to award this by 2:00 PM / 1400 Central Time on 27 May.
Question Submittal: Submit in similar format to quote submission above and to the same email addresses not later than 3:00 P.M./1500 Central Time on 22 May 2025.
Basis of Award: Price and Other Factors to include Past Performance, and the governments assesment of the offerors ability to meet the required delivery date of 30 May 2025.
Contract award: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
***ANTICIPATED AWARD/NOTIFICATION TO SUCCESSFUL OFFEROR WILL BE 27 May 2025 NLT 3:00 P.M./1500 Central Time IN ORDER TO FACILITATE SCHEDULING***
Award Type: will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be “ACTIVE” at the time of award.
Payment: Invoiced and paid through Wide Area Work Flow (WAWF).
Joint Venture:
A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:
(A) Small business
(B) Service-disabled veteran-owned small business
(C) Women-owned small business (WOSB) under the WOSB Program
(D) Economically disadvantaged women-owned small business under the WOSB Program
(E) Historically underutilized business zone small business.
The following provisions and clauses apply to this acquisition:
Clauses concerning Type of Set-Aside:
52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)
The following provisions and clauses apply to this acquisition:
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017),
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017),
FAR 52.204-7 System for Award Management (OCT 2018),
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020),
FAR 52.204-13 System for Award Management Maintenance (OCT 2018),
FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020),
FAR 52.204-17 Ownership or Control of Offeror (AUG 2020),
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020),
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014),
FAR 52.204-20 Predecessor of Offeror (AUG 2020),
FAR 52.204-22 Alternative Line Item Proposal (JAN 2017),
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023),
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020),
FAR 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023),
FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures (DEC 2023),
FAR 52.204-30 Federal Acquisition Supply Chain Security Act Orders—Prohibition (DEC 2023)
FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (NOV 2021),
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015),
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016),
FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023),
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Products and Commercial Services (FEB 2024),
FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023),
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (FEB 2024),
FAR 52.215-8 Order of Precedence-Uniform Contract Format (OCT 1997),
FAR 52.219-1 Small Business Program Representations (FEB 2024),
FAR 52.219-28 Post-Award Small Business Program Rerepresentation (FEB 2024),
FAR 52.222-3 Convict Labor (JUN 2003),
FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015),
FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999),
FAR 52.222-26 Equal Opportunity (SEP 2016),
FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020),
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020),
FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021),
FAR 52.232-18 Availability of Funds (APR 1984),
FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018),
FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013),
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023),
FAR 52.233-3 Protest After Award (AUG 1996),
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004),
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011),
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022),
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022),
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992),
DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023),
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023),
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023),
DFARS 252.223-7997 (Dev) Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid - Representation (DEVIATION 2022-O0010) (SEP 2023),
DFARS 252.223-7998 (Dev) Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid (DEVIATION 2022-O0010) (SEP 2023),
DFARS 252.225-7001 Buy American and Balance of Payments Program (FEB 2024),
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022),
DFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program (FEB 2024),
DFARS 252.225-7048 Export-Controlled Items (JUNE 2013),
DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022),
DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023),
DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023),
DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023),
DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports (DEC 2018),
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023),
DFARS 252.232-7010 Levies on Contract Payments (DEC 2006),
DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991),
DFARS 252.244-7000 Subcontracts for Commercial Items (NOV 2023),
DFARS 252.247-7023 Transportation of Supplies by Sea (JAN 2023),
52.252-2 Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/
(End of clause)
52.252-5 Authorized Deviations in Provisions. (Nov 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)