***THIS RFQ HAS BEEN EXTENDED TO CLOSE AT 12:00 PM FT. BELVOIR TIME.***
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
This solicitation, SPE605-23-Q-0621, is issued as a Request for Quotation (RFQ) for commercial items using the Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The contract resulting from this procurement will be a firm fixed price contract. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 dated 30 Dec 2022. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at:
https://www.acquisition.gov/browse/index/far
https://www.acquisition.gov/dfarspgi
This opportunity is issued as 100% Small Business Set-Aside under NAICS code 324110.
Scope of Contract:
CLIN 0001 – The contractor shall provide, under line item 0001:
40,000 USG of TURBINE FUEL, AVIATION (JAA) (NSN: 9130-003592026)
delivered by TANK TRUCK to:
1131 Standiford Ave. Louisville KY 40213
Required delivery date: January 20 - 31, 2023
Delivery will be f.o.b. destination.
NSN Delivery Identification State
9130-003592026 (JAA) STANDIFORD - STANDIFORD FIELD KY
TURBINE FUEL,AVIATION
Delivery Address: 123 LS LGSF 1101 GRADE LN BLDG 600 LOUISVILLE KY 40213
Service Code Delivery DODAAC Ordering Office DODAAC
AFNG SE5F0Z SE5F0Z
Mode Receipt % Max Parcel Min Parcel FOB Restriction
FOB TANK TRUCK
No. of Tanks Capacity Type Tank Location
3 6000 TANKTRUCK
Delivery Mode Notes:
Delivery Hours: 24/7
Delivery Notes: Jet-A w / additives FSII, CI, SDA FOB ORIGIN (FOBTT)
Physical Address for FOB Origin point: 1131 Standiford Ave. Louisville KY 40213.
This facility does not
have any above ground tanks and does not have spill containment to accom modate truck to truck
transfers from commercial trucks. There are 3 - 6000 gallon refueling trucks that require refueling
support on Standiford intl Airport from a fixed fill stand 24 hours a day 7 days a week. Under no
circumstances are these refueling units allo wed to leave the secure area of the Standiford
InternationalAirport to receive fuel into truck. The activity must receive Jet-A wit h Fuel System
Icing Inhibitor, Static Dissipating Additive and Corrosion Inhibitor in accordance with Mil-Standard
3004 and Air Forc e Technical Order 42B-1-1 directly in to their trucks froma FOB Origin point of a
fixed fill stand operated by a FBO located on Sta ndiford International Airport. The fill stand will
need to be able to transfer fuel to the activities trucks via hose (min length: 1 0 Ft) or pantograph
equipped with a single point aviation D1 refueling nozzle that connects to the trucks bottom loading
single poin t adapter conforming to specification MS24484. Refueling requirements for these refueling
units can range from 1,000 USG to approxim ately 5,500 USG for a single truck fil l and at times a
second or third truck can require filling within this same range back-to-bac k. JAA w/ additives CI,
SDA, FSII required. No exceptions.
Delivery Ticket Notes:
Vendors ARE RESPONSIBLE FOR ENSURING ALL APPLICABLE TAXES AND FEES ARE INCLUDED IN THEIR Quoted PRICEs.
DLA Energy may require a vendor to sign the SF1449 prior to being awarded this delivery. This will be sent by email and may have a response window of as little as two (2) hours. Upon request, the vendor must return the signed SF1449 by the deadline specified. If this is not returned by the specified deadline, DLA Energy reserves the right to offer this delivery to a different vendor.
Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF).
FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition.
FAR 52.212-2 Evaluation of Commercial Items applies to this acquisition. The evaluation criteria stated in paragraph (a) of FAR 52.212-2 are as follows: The contract will be awarded to the lowest price quotation from a responsible vendor.
Vendors shall include a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items with its quotation. A printout from sam.gov is acceptable.
FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. In paragraph (b) of FAR 52.212-5, the following apply: FAR 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-34.
The following additional clauses apply to this acquisition: FAR 52.204-7, 52.204-13, 52.204-18, 52.204‑21, 52.211-16 with a 10% variance above or below, 52.211‑17, and 52.247-34. Defense Federal Acquisition Regulation Supplement (DFARS) 252.203-7000, 252.204-7015, 252.225-7012, 252.225‑7021, 252.229-7000, 252.229-7001, 252.232-7003, 252.232-7006, 252.233-7001, and 252.247-7023. ENERGY Quality Assurance Provision C16.08-1 (JAA) also applies. (See attached)
Quotations are due NLT 10AM Ft. Belvoir Time, Thursday, 19 January 2023.
Send questions to the Contract Specialist, Brian Hobbs, by email to Brian.Hobbs@dla.mil. Email quotations to the contract specialist AND DLAEnergyFEPAA@dla.mil no later than RFQ due date/time.