*This notice is updated.
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. The Purchase Order (PO) resulting from this procurement will be a firm fixed-price purchase order. The solicitation, SPE605-23-Q-0978, 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 2023-04 Effective Date 06/02/2023, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 06/09/2023, effective date 06/09/2023; 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 offerors shall have an active registration in System of Award Management (SAM), Small Business Administration (SBA), assert NAICS 324110.
Scope of Contract:
CLIN 0001 Schedule – The contractor shall provide under line item 0001:
Fuel Type
GASOLINE, PREMIUM (ULG)
NSN: 9130-01-527-5763
Quantity: 200,000 US Gallons
Required Delivery Date:
Earliest delivery date: 07/13/2023
Latest delivery date: 07/21/2023
Delivery Hours: Between 0800 hours and not later than 1700 hours
Delivery Address:
65 LRS LGRF TERCEIRA ISLAND AZORES PT 09720
GPS coordinates: 38.72882998293095, -27.05199814527423
Delivery Mode: BARGE
No. of Tanks Capacity Type Tank Location
1 10000 BELOW GROUND TANK BLDG MSSTA TK# T-769-1
2 346000 BELOW GROUND TANK BULK STORAGE TK# 1638 & 1639
Special Note:
1. Quotes shall be in US Dollar (USD) currency
2. Escort Required
3. Require hard copy of delivery ticket/documentation upon delivery
4. Inspection and Acceptance at Destination
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 and Quality 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 responsible offer. The contract award will be offered to the best value offer made to the Government, considering price, and contractor responsibility. 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 52.204.27, FAR 52.214-34, FAR 52.214-35, FAR 52.219-6, 28; FAR 52.222-3, 19, 21, 26, 35, 36; FAR 52.222-50; FAR 52.223-18, FAR 52.232-34, and FAR 52.246-2, and the following apply: FAR 52.211-11, DFARS 252.203-7000, DFARS 252.225-7021, DFARS 252.225-7054, DFARS 252.225.7055, DFARS 252.232-7003, DFARS 252.247-7023, and M55 CONVERSION FACTORS (DLA ENERGY MAR 2007) shall be applicable.
ULG product shall be in accordance with ENERGY QAP C16.67-1 ULG (EUROPE)(PCS)(JUN 2017), see attachment.
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 John Parson, Contract Specialist, at email DLAEnergyFEPCB@dla.mil. Offers are due by July 10, 2023, 1000 hours, Fort Belvoir, Virginia time.
DLA Energy appreciates your interest in this requirement.