Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
MODIFICATION

91 -- Inland/East/Gulf Coast SPE600-15-R-0719

Notice Date
9/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SPE60015R0719
 
Point of Contact
Tara N. Upchurch, Phone: 7037673129, Wilma R. McDonald, Phone: 7037678411
 
E-Mail Address
tara.upchurch@dla.mil, Wilma.McDonald@dla.mil
(tara.upchurch@dla.mil, Wilma.McDonald@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Synopsis This is the synopsis for the annual Inland/East/Gulf Coast procurement. The ordering period is date of award through March 31, 2017. The delivery period is April 1, 2016 through March 31, 2017 with a 30-day carryover. The method of delivery will be tanker, barge, truck, railcar, and/or pipeline. The total estimated quantities are as follows: Turbine Fuel, Aviation, JP8 (NSN 9130-01-031-5816), Quantity 275,000 USG Turbine Fuel, Aviation, JP5 (NSN: 9130-00-273-2379), Quantity 262,880,000 USG Turbine Fuel, Aviation, Jet A (NSN: 9130-00-359-2026), Quantity 915,062,000 USG Fuel, Naval Distillate, F76 (NSN: 9140-00-273-2377), Quantity 135,827,000 USG. The Secretary of the Navy has set a goal that by 2020 half of all the Department of the Navy's energy will come from alternative sources. To support that goal, in June 2011, the Department of the Navy (DON), Department of Energy (DOE) and the Department of Agriculture (USDA), signed a memorandum of understanding (MOU) to " assist the development and support of a sustainable commercial biofuels industry." U nder the MOU, the USDA agreed to provide funding through the Commodity Credit Corporation ( CCC.) As part of the regular bulk procurement for Inland East Gulf, the solicitation will be designed to assist the DON in meeting its goals to increase the use of biofuels. Under the solicitation, DON has a goal that 10% of its total military specification JP-5 aviation turbine fuel and F-76 naval distillate fuel requirements consist of biofuels. The revised F76 (MIL-DTL-16884N) and JP-5 (MIL-DTL-5624V) specifications allow a maximum of 50 volume percent of the finished fuel to consist of synthesized blend components derived from the Hydroprocessed Esters and Fatty Acid (HEFA) or Fischer Tropsch (FT) conversion processes. Offerors are encouraged to submit alternative offers with a minimum of 10% of the permitted blends. CCC funds will be available to defray additional costs of producing biofuel and biofuel blends and are being provided as a biofuel production incentive under the CCC program to support agricultural products. To be eligible for CCC funding, the fuel must contain at least 10% biofuel, not to exceed 50% as permitted by the JP-5 and F-76 specifications. The biofuel must be refined from domestic feedstocks approved by the CCC. The CCC funds will be allocated through the Bid Evaluation Model (BEM). The biofuel production incentive will be paid for directly by the CCC, and will cover a portion of the offered price. A n offeror will not be paid a price higher than its offered price. Offers of alternative fuel blends must comply with Section 526 of the Energy Security and Independence Act. This means that the lifecycle greenhouse gas emissions of the alternative fuel must be equal to or less than petroleum based on either the Renewable Fuel Standards or the GREET Model. Copies of the Inland/East/Gulf Coast solicitation will be available via the Federal Business Opportunities (FedBizOpps) webpage at www.fbo.gov. Requests for paper copies of this solicitation must be submitted by fax at (703) 767-9269, Attn: DLA ENERGY-FEBAB / SPE600-15-R-0719, or by email to Tara Upchurch (Tara.Upchurch@dla.mil) or Wilma McDonald (Wilma.McDonald@dla.mil). All responsible sources must submit a proposal to be considered, in order to be evaluated and eligible for award. Offerors are required to complete, sign, and return the document titled Offer Submission Package to the Bid Custodian at DLA Energy. Please be advised that DLA Energy anticipates conducting a Pre-Proposal Conference on a date and time to be determined. Further details will be provided at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60015R0719/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
Zip Code: 22060-6222
 
Record
SN03871266-W 20150905/150904000642-6350ac76078efe08c21288bb239a1028 (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 |
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.