Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2004 FBO #0832
SOLICITATION NOTICE

91 -- Defense Fuel Support Point Services in Kabul, Afghanistan

Notice Date
3/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-83-R-0083
 
Response Due
3/22/2004
 
Archive Date
5/1/2004
 
Point of Contact
Joan Turrisi, Chief, Procurement Division, Phone 703 767-9352, Fax 703 767-9338, - Eric, Sr. Washington, Contract Specialist, Phone 703 767-9345, Fax 703 767-9338,
 
E-Mail Address
Joan.Turrisi@dla.mil, Eric.Washington@dla.mil
 
Description
This supersedes the synopsis published on March 1, 2004 under solicitation SP0600-04-R-0083. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Offers are due by 3:00 p.m. local Fort Belvoir, VA time on March 22, 2004. Fax your proposals to 703-767-0766 or mail to Attn: DESC-FP Bid Custodian Room 2945, Defense Energy Support Center, 8725 John J. Kingman Road, Suite 4950, Fort Belvoir, VA 22060-6222. This solicitation SP0600-04-R-0083 is issued as a request for proposal and incorporates by reference provisions and clauses in effect through Federal Acquisition Circular 01-20. The following specific provisions are among those that apply: FAR 52.212-1 Instructions to Offerors – Commercial FAR 52.212-2 Evaluation (award will be based on lowest price meeting the requirement) FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (please provide with your offer) FAR 52.212-4 Contract Terms and Conditions – Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (incorporating the following) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer – Other Than Central Contractor Registration This solicitation contains one line item 0001 for jet fuel storage services in Kabul, Afghanistan. Responses must provide tank number, type tank, shell capacity (barrels), fill capacity (barrels), use charge per tank per month (including initial fill and final shipment), and a calculated use charge per barrel per year based on fill capacity. Further description of the requirement follows: PERFORMANCE WORK STATEMENT FOR CONTRACT SERVICES IN KABUL, AFGHANISTAN Defense Fuel Support Point services are required in the Kabul, Afghanistan area for the period beginning April 01, 2004 or as soon as possible thereafter. Period of performance is five years with three one-year options. The following terms and conditions are applicable to the requirement for contract services and ancillary facilities for receiving, storing, provide quality surveillance, and shipping JP8. The facility offered must be capable of providing tank truck off loading and tank truck loading at the rate of two tank trucks simultaneously. C-1.1 AREA OF CONSIDERATION: The purpose of this requirement is to obtain the necessary facilities and services to receive, store, protect, and ship Government-owned petroleum product in the Kabul, Afghanistan area. The Kabul area is defined as an area in close proximity to the Kabul Airport. C-1.2 STORAGE TANK REQUIREMENTS: The storage requirement is basically a static storage requirement. The storage facility must have the capability and facilities to receive and load 32 ten thousand USG tank trucks per day. Approximately 50,000 barrels shell capacity for the storage of Government-owned petroleum product. A minimum of two tanks required. The storage shall be interconnected and isolated from other facilities and products handled within the tank farm. JP8 Storage: Approximately 50,000 barrels for turbine fuel aviation grade JP8. C-1.3 GRADE OF SERVICE: Turbine Aviation Fuel JP8. C-1.4 PHYSICAL SYSTEM REQUIREMENTS: Storage and handling facilities capable of receiving, storing, provide quality surveillance, and shipping one grade of U. S. Government-owned petroleum products. In addition to the data required by Clause L116.01, the potential Contractor will be required to provide the tank cleaning and inspection data required by Clause E18 as part of their proposal. The tank cleaning and inspection data will be evaluated and utilized as an evaluation factor in determining the Governments risk associated with the utilization of the facility. C-1.5 PROPERTY CONTROL RECORDS AND SYSTEM RECORDS: The Contractor shall provide Property Control and System Records in compliance with paragraph (a) (1) of Clause I119.04. The Contractor furnished computer system shall meet the current commercial standards for a computer system capable of accomplishing the data reporting and records keeping required by the Fuels Automated System (FAS); maintaining the data reporting and records keeping associated with product quality surveillance (i.e. product analysis and testing reports); and the documents collection and records associated with the Contractor’s preventive maintenance program, etc. The Contractor shall input inventory and sales data of Government-owned product directly into the Government’s Fuel Automated System (FAS) utilizing the FES 02 inventory reporting procedures and the Contractor–furnished computer system via the Contractor-furnished internet access (with static IP address capability) or creation of a dial-in account to the DESC-FAS web server. Additional data and requirements can be found in Clause I119.04. C-1.6 FUEL AUTOMATED SYSTEM (FAS) ADP EQUIPMENT: The Contractor shall provide a computer system with the following minimum specifications: 733Hz Processor One 10 GB2 GB Hard Drive (minimum) and one 3 ½ inch floppy disk drive Windows 2000 Operating System Modem 56 K V710 Monitor Mouse CD-ROM Drive (eight speed or higher) Printer/Printer paper/Printer Cartridges The Contractor shall input inventory data of Government-owned product directly into the Government’s Fuel Automated System (FAS) utilizing the Government-furnished computer software. DESC will install the necessary software and provide training to a minimum of two Contractor personnel. See Clause I119.04 for additional information regarding the Government’s inventory data requirements. DADS/FAS DATA ENTRY TELEPHONE SUPPORT: The Contractor shall provide a dedicated commercial telephone line to be used for data entry into the DADS/FAS system. The Government will reimburse the contractor for installation charges and the monthly telephone bill upon presentation of supporting documentation and an invoice certified by the QSR. No fees or administrative charges will be allowed. C-2 GENERAL INFORMATION: C-2.1 PRODUCT RECEIVING REQUIREMENT: The Contractor’s product receiving capability shall provide facilities capable of receiving JP8 by tank truck on a 24 hour per day 7 day per week basis as required. Quantity determination shall be by a calibrated meter. C-2.2 PRODUCT SHIPPING REQUIREMENT: The Contractor’s shipping capability shall provide facilities capable of shipping JP8 by tank truck on a 24 hour per day 7 day per week basis as required. Quantity determination shall be by calibrated meter. C-2.3 PRODUCT QUALITY SURVEILLANCE: The Contractor will be responsible for maintaining the quality of the Government-owned product stored at the Contractor’s facility in accordance with MIL-STD- 3004. C-2.3.1 The Contractor shall reimburse the U. S. Government the cost of the product and the cost of disposal or remediation of all product that becomes contaminated while at the Contractor’s facility due to Contractor negligence. C-2.3.2 The Contractor shall report immediately to the Contracting Officer or the QAR all receipts or on hand stocks that fail to meet product quality for receipt, storage, or shipment in accordance with MIL-STD 3004. Suspected off-specification product will be isolated and shall not be released for shipment until authorized by the contracting officer or the QAR. C-2.4 ANCILLARY FACILITIES: C-2.4.1 Storage Tank Requirements: The storage tanks and facilities must meet the minimum requirements of the current API and industry standards, and all laws, regulations, etc, applicable to tanks and facilities of the type to be provided. Cone roof tanks with interior floating roof pan are preferred however; floating roof tank will be acceptable. Floating roof tanks will be equipped with roof drains. The tanks shall be interconnected so as to provide the capability of transferring/filtering product between tanks. C-2.4.2 Truck Fill Stand Requirements: The Contractors tank truck fill stand facilities shall require loading capabilities IAW all applicable rules and regulations and be equipped with a Scully system (or compatible). The tank truck fill stand facilities must be capable of spotting and loading a minimum of four tank trucks, approximately 10,000 USG, per hour for JP8. The tank truck fill stand facilities shall be in compliance with the industry standard and local environmental laws and regulations based on the type of product being loaded. The tank truck fill stand facilities shall be equipped with a temperature-compensating meter capable of accurately measuring the volume of product being loaded. The facility must also be capable of unloading tank trucks being returned after loading due to leaks or other problems. C-2.4.3 Pumping capability: The pumping capability and flow rate must be compatible with tank truck receiving and shipping requirements of both Government-furnished commercial tank trucks and Government-owned tank trucks. The Contractor’s facility must have the capability to load and ship Government-furnished tank trucks in the event of a power failure, either through the use of a backup electric power generator or by gravity loading. C-2.4.4 Storage Tanks and Facilities: All tanks and facilities must meet the minimum requirements of the current API Standards, NFPA Codes, and all laws, regulations, etc., applicable to tanks and facilities to be provided. Cone-roof tanks with interior floating roof pans are preferred; however, cone-roof tanks without interior floating pans will be acceptable. Floating roof tanks will also be considered, provided they are equipped with roof drains, which prevent water from coming into contact with the fuel. The tanks and facilities will consist of one dedicated system capable of receiving, storing and shipping one grade of Government-owned fuel. An isolated system in place of the preferred dedicated system is acceptable provided the requirements of Clause L116.01 (d) are met. C-2.4.5 Transport Truck Facilities: The Contractors transport truck facilities shall require loading capabilities IAW all applicable rules and regulations and be equipped with a Scully system (or compatible). The truck loading facilities must be capable of spotting and loading a minimum of four tank trucks, approximately 10,000 gallons, per hour for JP8. The truck loading facilities shall be in compliance with Federal, state, and local environmental laws and regulations based on the type of product being loaded. The transport truck loading facilities shall be equipped with a temperature-compensating meter capable of accurately measuring the volume of product being loaded. The facility must also be capable of unloading tank trucks being returned after loading due to leaks or other problems. The facility should also have dedicated lines for receiving and shipping of JP8. The loading of Government-furnished transport trucks shall not be in competition with the Contractor’s other terminal operations. C-2.4.6 FILTRATION SYSTEMS: The Contract-furnished filtration systems shall meet the requirements of the current API standard or equivalent for product filtration during tank truck loading operations or tank-to-tank transfers without diminishing quality of product. All product must be filtered prior to shipment. The Government will reimburse the Contractor for the cost of the replacement of filter elements, and disposal of the used filter elements. C-2.4.6.1 The Contractor-furnished filtration capability shall consist of the following: · One filter separator assembly to the API Standards 600 to 1,000 gallons per minute at the JP8 truck fill stand. C-2.5 PRODUCT QUALITY CONTROL: C-2.5.1 Laboratory Support: The Contractor shall provide laboratory services to test U.S. Government-owned products. If the contractor cannot provide full testing capabilities acceptable to the Government, the contractor shall be responsible for shipping the required samples to a laboratory specified by the Government representative. As a minimum Type C testing, per the MIL-STD 3004, capability shall be available within the contractor’s facility. The calibration of testing equipment will be in accordance with Clause E1.11 C-2.6 BEST COMMERCIAL PRACTICES: In the absence of any contract provisions or references to a method, specification or other instruction, the contractor shall perform all services hereunder in accordance with the best commercial practices. Clause I119.04 INVENTORY CONTROL RECORDS AND SYSTEMS OF RECORD (DESC JAN 2003)is hereby incorporated by reference.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DESC/SP0600-83-R-0083/listing.html)
 
Place of Performance
Address: Kabul
Country: Afghanistan
 
Record
SN00538591-F 20040307/040305234554 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.