SOLICITATION NOTICE
91 -- Fuel Oil Reclaimed (FOR)
- Notice Date
- 5/14/2015
- Notice Type
- Sale of Surplus Property
- NAICS
- 324199
— All Other Petroleum and Coal Products Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- A0003285
- Archive Date
- 6/16/2015
- Point of Contact
- Jack D Rose, Phone: 2699617296, Laurie Clark, Phone: 269-961-7141
- E-Mail Address
-
jack.d.rose@dla.mil, Laurie.Clark@dla.mil
(jack.d.rose@dla.mil, Laurie.Clark@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- FUEL OIL RECLAIMED (FOR): Consist of a mixture of distillates and residual fuel, such as jet fuel. NOTE: SPECIFICATION MIL-PRF-24951B(SA) is approved for use by Dept of Navy and is available for use by all Departments and Agencies of the Department of Defense. Specification covers Fuel Oil, Reclaimed NSN 9140-01-068-6903 which is produced as a product of Navy reclamation operations, additives listed herein may be present singularly or in combination as a result of different fuel sources, fuel oil stablilizer additive, conforming to DOD-A-24682, may have been blended into the original distillate fuel for additional protection against deterioration at a dosage up to 100 milligrams per liter (37.9 grams/100 gallons or 35 pounds/1000 barrels), an approved antioxidant may have been blended into the original jet fuel to prevent the formation of gums and peroxides after manufacture, concentration of antioxidant may range from 17.2 mg to 24 mg of active ingredient per liter of fuel (6.0 to 8.4 lb/1000 barrels) metal deactivator, N,N-disalicyclidene-1, 2 propanediamine may have been blended into the original fuel in an amount not to exceed 5.8 milligrams of active ingredient per liter of fuel. Ignition improver additives may have been added to the original fuel to raise the ignition quality. Please visit https://www.sales.dla.mil to place a bid. Since the facility desires that product be removed as soon as possible, a recent laboratory analysis of product in the tank is provided. This analysis was performed prior to issuance of this solicitation and may not reflect the current status of the product to be sold. It is provided solely for informational purposes and does not alter the "AS IS" nature of the sale or create any warranty, express or implied. NSN: 9140-01-068-6903 DEMIL A DOT HAZ CLASS: 3 Property is located at Fleet Logistics Center, Puget Sound, Washington. Disposition Services Lewis POC: Antoinette Hardeman, phone 253-967-3987 NOTE: The U.S. Government reserves the right to extend the contract for up to two additional one-year periods if deemed to be in the best interest of the Government. Contract quantity will increased by the annual generation if extension is exercised. Fuel Oil Reclaimed (FOR) at Puget Sound, WA Quantity 1500000 (GL) DEMIL Code: -- Field Office: JSZP Field Office Name: DLA DS Lewis The offeror is invited and urged to inspect the products to be sold prior to submitting a bid. The Government stipulates that the fuel supplied is based on MIL-PRF-24951B(SA); however, fuel is sold on an "AS IS" basis and the Government makes no warranty, express or implied, as to quantity, kind, character, quality, weight, size, or description of any of the product or its fitness for any use or purpose. Any request for inspection should include the name and title of each individual wishing to examine the product. The Government reserves the right to limit individuals seeking access to FLC Puget Sound Fuel Department as well as refuse access to anyone causing a security risk. The offeror may at its own cost and expense, take samples not to exceed 5 gallons. The Government does not warrant any samples of this product to be representative of the entire quantity being offered under this sale. Offeror should contact facility to be apprised of the time when product will be available for inspection. Product is generally available Monday through Friday from 8:00AM - 3:30PM. Requests for an appointment to inspect the product must be made to: Mr. Kenneth Avery Fleet Logistics Center, Puget Sound 7501 Beach Dr East, Port Orchard, Washington Facsimile number: 360-476-8305 Cell number: 360-340-4727 Telephone number: 360-476-8762 Email: Kenneth.a.avery@navy.mil In storage tank #182 at Fleet Logistics Center (FLC), Puget Sound, Washington. Purchaser furnished tank truck with fittings for a 4 inch Camlock (quick-disconnect). The product shall be removed to the suction line in the tank. Fueling operations involving commercial tank trucks will occur during daylight hours, 8:00 AM - 3:30 PM, Monday thru Friday. Purchaser shall ensure that any agent, person or individual acting on behalf of the Purchaser meets security requirements, obtaining a valid RAPID GATE pass to access FLC Puget Sound. The Purchaser shall furnish the Government complete shipping and document distribution instructions and the necessary commercial bills of lading to accomplish shipment. These documents shall be furnished prior to the close of business on the day of transfer of product. Shipping instructions shall include, but not limited to, the following: 1. Quantity of product to be released 2. Designation of type and kind of conveyance 3. Name of carrier and the name of an individual who will serve as a contact for the carrier (please include a phone number where this contact can be reached) 4. Ship to location 5. Desired shipping schedule Warning labels, as required by Federal, State, or local health, environmental, or transportation agencies. Property - Hazardous "Sale by Reference, July 2012" Part 07-C: Transporting Hazardous Materials Part 07-R: Disposition and Use of Hazardous Property Part 07-S: Government's Right of Surveillance Part 07-T: Right of Refusal for Hazardous Property Part 07-U: Record Maintenance Part 07-Y: Government's Right to Make Contingent Awards Article Hazardous Property RCRA Notice Applies Pre-Award Survey Applies Statement of Intent Applies ----------------------------------------- LIABILITY INSURANCE "Sale By Reference, July 2012" PART 05-B: Convict Labor PART 05-C: Contract Work Hours and Safety Standards Act-Overtime Compensation PART 05-D: Liability and Insurance ----------------------------------------- SALE BY REFERENCE PART 1: General Information and Instructions: All conditions apply. ----------------------------------------- SALE BY REFERENCE PART 2: General Sale Terms and Conditions: All conditions apply. ----------------------------------------- SALE BY REFERENCE PART 4: Special Sealed Bid Term Conditions: All conditions apply. ----------------------------------------- SALE BY REFERENCE PART 5: Additional Special Circumstance Conditions - Miscellaneous: As specified in item detail. ----------------------------------------- SALE BY REFERENCE PART 7: Additional Special Circumstance Conditions - Hazardous and Dangerous Property: As specified in item detail. ----------------------------------------- A 24 hour notice is required prior to inspection and/or removal of property. ----------------------------------------- 5 AND 7 DAY NOTICE Purchaser will be notified by the Sales Contracting Officer or their authorized representative when removal is required. Property must be removed within five (5) workdays after oral notification or seven (7) workdays after written notification. ----------------------------------------- ARTICLE HAZARDOUS PROPERTY The Government cautions that the subject item, material, or substance, or one or more components, parts, constituents or ingredients thereof may be corrosive, reactive, ignitable or exhibit other hazardous or toxic properties. The Government assumes no liability for any damage to the property of the Purchaser, to the property of any other person, or to public property, or for any personal injury, illness, disability or death to the Purchaser, Purchaser's employees, or any other person subject to Purchaser's control, or to any other person including members of the general public, or for any other consequential damages arising from or incident to the purchase, use, processing, disposition, or any subsequent operation performed upon, exposure to or contact with any component, part, constituent or ingredient of this item, material or substance. The Purchaser agrees to hold harmless and indemnify the Government for any and all costs and expenses incurred incident to any claim, suit, demand, judgment, action, debt, liability costs and attorney's fees or any other request for monies or any other type of relief arising from or incident to the purchase, use, processing, disposition, subsequent operation performed upon, exposure to or contact with any component, part, constituent or ingredient of this item, material or substance, whether intentional or accidental. ----------------------------------------- ARTICLE PRE-PAYMENT AND PAYMENTS ON TERM CONTRACTS (a) For each item awarded, a pre-payment of 20 percent of the total price estimated for a 1 year's generation is required and must be submitted within 10 working days after award of contract or sooner if purchaser is notified that property is available for removal and must be removed within the specified timeframe stated in the Auction. No property will be released to the purchaser or his duly authorized agent before pre-payment has been received by the Sales Contracting Officer. The Pre-payment submitted by the Purchaser will be retained by the Government and applied against the last delivery affected under the contract. (b) All payments, including those for storage charges, liquidated damages and interest must be in U.S. currency. Acceptable payments may be made by cashier's check, certified check, traveler's check, bank draft, money order or credit card (Master Card, Visa, Discover Card, American Express). Make checks payable to the U.S. Treasury. When a credit card is used as payment, the credit card number, the name as printed on the credit card, and the expiration date must be provided. All credit card transactions are limited to $24,999.99. Credit card transactions greater than $24,999.99 may not be split into two (2) or more transactions over one (1) or multiple days. Bidders whose payment is accompanied by a letter of credit or who have on file an approved bid bond (SF 24 or SF 34) may make their payments by uncertified personal or company checks, but only up to an amount equal to the penal sum of their bond or the amount of their letter of credit. (c) If for any reason, a bidder's personal or company check is not honored for payment by the payer bank upon initial presentation for payment by the processing bank, the Government may, after notifying the bidder, require the bidder to make all future payments by cash, cashier's check, certified check, traveler's check, bank draft or money order. (d) Successful bidders that wish to make payment via credit card for property awarded can do so by providing language substantially as follows: I (WE) AUTHORIZE THE SALES CONTRACTING OFFICER TO OBTAIN PAYMENT BY CREDIT CARD FOR ANY ITEMS I AM (WE ARE) AWARDED ON THIS SALE. Any necessary adjustments in accordance with the condition of sale entitled "Adjustment or Variation in Quantity or Weight" will be applied to the card as a debit or credit. (e) Personal checks will be accepted for payments of debt interest, liquidated damages, overages and storage charges for amounts of $25.00 or less. (f) All payments should be addressed and mailed or delivered to: DLA Disposition Services ATTN: Cashier 74 N. Washington Battle Creek, MI 49017 Credit card payments may be faxed to: 269-961-7230 (g) Credit card payment within the United States can be made using the web site at: https://www.pay.gov/paygov/forms/formInstance.html?agencyFormId=25176217 (h) Should you need to make payment for less than $1.00, you cannot use the web site credit card payment method. You must complete the manual credit card form and fax it to 269-961-7230. (i) Regardless of how you pay, to avoid delays at the DLA Disposition Services sites when you go to pickup property, payment should be received in Battle Creek at least 24 hours in advance of your scheduled pickup of property. ----------------------------------------- ARTICLE TERMINATION Notwithstanding the provisions of Condition 6 of Part 4, Sale of Government Property Special Sealed Bid-Term Conditions (Standard Form 114C-2, Apr 01) of DRMS pamphlet ""Sale by Reference"", July 2012, this contract may be terminated by either party without cost to the Government upon 60 days written notice to the other, to be calculated from the date the notice is mailed. ----------------------------------------- ENVIRONMENTAL CONSIDERATION DLA Disposition Services is committed to protecting the environment. It is the responsibility of this agency, as well as you, our buyers, to ensure that the sale of hazardous property, and the ultimate end use of that property, is performed in an environmentally compliant manner. As such, prior to the award of any hazardous item, each high bidders premises may be subject to an on-site inspection by a government representative. ----------------------------------------- MOTOR CARRIER RATING A motor carrier that receives a safety rating from the Federal Highway Administration of "unsatisfactory" and does not improve such safety rating to "conditional" or "satisfactory" within the prescribed regulatory period is prohibited by the Code of Federal Regulations at 49 CFR 385.13 from operating a commercial motor vehicle to transport hazardous material for which vehicle placarding is required. Any motor carrier who operates a commercial motor vehicle in violation of this prohibition may be subject to civil penalties of up to $25,000 per violation. The assigned rating of a motor carrier may be obtained by calling (703)280-4001 or by providing the motor carrier name, principal office address and the ICC assigned docket number, or the U.S. DOT identification number to: OMC-Safety Rating P.O. Box 13028 Arlington, VA 22219 ----------------------------------------- PRE-AWARD SURVEY Prior to the award of a contract, the Sales Contracting Officer (SCO) or his authorized representative, will determine whether the potential Purchaser has the necessary permits/licenses, experience, organization and technical qualifications (either through its own facilities or the facilities of another firm) to handle materials of the nature offered herein and is capable of complying with all applicable Federal, State and Local Laws, Ordinances and Regulations. ----------------------------------------- RESOURCE CONSERVATION AND RECOVERY ACT NOTICE EPA Hazardous Waste Regulations, 40 CFR Part 260 et seq, published at 45 Federal Register 33063-33285, May 19, 1980, became effective on November 19, 1980. These cradle-to-grave regulations detail the responsibilities of generators, transporters, treaters, storers and disposers of hazardous waste. Civil and criminal penalties are available for noncompliance. While the material offered under this solicitation is not subject to these regulations in its present form, subsequent actions taken with regard to the material may cause a hazardous waste to come into existence. Purchaser is cautioned that they are solely responsible to ascertain the extent to which these regulations affect it and to comply therewith. ----------------------------------------- SALES CONTRACTING OFFICER - CONUS Sales Contracting Officer (SCO) for this sale is: LAURIE CLARK, Phone number 269-961-7141, email Laurie.Clark@dla.mil. DO NOT EMAIL BIDS OR CALL IN BIDS DIRECTLY TO THE SALES CONTRACTING OFFICER. PLEASE BID ON LINE VIA THE SALES WEB. IF UNABLE TO BID ON LINE, YOU CAN FAX BIDS TO 269-961-7568 OR EMAIL THEM TO DRMSSALESBIDS@dla.mil. Bids send directly to the Sales Contracting Officer will be NULL AND VOID. ----------------------------------------- STATEMENT OF INTENT The Statement of Intent must be completed and submitted upon Sales Contracting Officer's request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/A0003285/listing.html)
- Place of Performance
- Address: Puget Sound, WA, Washington, United States
- Record
- SN03732282-W 20150516/150515000140-f5605795e57a2ee9d16c029b323cd962 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |