SOLICITATION NOTICE
91 -- COG 6 POST CAMPS AND STATIONS SUPPLEMENTAL - Package #1
- Notice Date
- 11/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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
- SPE600-15-R-0211-0001
- Point of Contact
- Teresa Hardman, Phone: 7037679605, Gerardo J. Gomez, Phone: 7037671609
- E-Mail Address
-
teresa.hardman@dla.mil, gerardo.gomez@dla.mil
(teresa.hardman@dla.mil, gerardo.gomez@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Vendor price data sheet. Attachment D-Provisions. Line item escalators. Attachment C-Provisions. Line item narratives. Solicitation, RFP, SPE600-15-R-0211-0001 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Supplemental Solicitation Number SPE600-15-R-0211-0001 is issued as a Request for Proposal (RFP).All Terms and Conditions under Solicitation Number SPE600-15-R-0211are hereby incorporated. (iii) This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005- 70. (iv) This acquisition has not been set-aside for small businesses and is issued under Full and Open Competition. The NAICS code for this acquisition is 324110. The small business size standard is 1,500 employees or less, 125,000 barrels/calendar day capacity or less and 90% refined by a small business. However, the small business size standard for a concern that submits an offer in its own name, but that proposes to furnish an item that it did not itself manufacture is 500 employees. (v), (vi) and (vii) A list of contract line item numbers, items, quantities with a description of requirements for the items to be acquired with dates and places of delivery and acceptance and FOB point can be located in Attachment A. Any resultant contract will be a Requirements Type Fixed Price Contract with Economic Price Adjustment (EPA). The ordering period is Date of Award through 31 May 2020. (viii) FAR Provision 52.212-1 Instruction to Offerors - Commercial Items, located in Attachment D, applies to this acquisition. All provisions and clauses referenced will be incorporated with offer received. (ix) FAR Provision 52.212-2 Evaluation -Commercial Items is applicable to this acquisition. The basis of award will be lowest price responsible offer responding to the solicitation. Prices are good for up to 120 days after submission of offer or revised price. Prices will escalate on a daily basis and the base reference escalation date and prices are listed in Attachment B. For evaluation purposes, the offered unit prices(s) will not be updated until after award, regardless of pre-award changes in the reference price. If the Government elects to hold discussions, Final Proposal Revisions (FPR) will be evaluated according to the base reference date designated for use in 52.216-9072 Economic Price Adjustment- Petroleum Product Price, Post, Camp, and Station (PC&S) (Nov 2011). If no FPR is submitted, the initial offer will be used as the FPR. (x) The offeror is to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with its offer. (xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. This clause is tailored to delete paragraph (k) and substitute provisions I0001 - I28.01 Federal, State, and Local Taxes (DLA Energy Nov 2011) (Deviation), I0002 - I28.02-1 Federal and State Taxes/Fees (DLA Energy Jul 2006), and I0003 - I28.02-2 01Federal, State, and Local Taxes and Fees (DLA Energy Jul 2006) are included in Attachment C. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implementing Statutes or Executive Orders-Commercial Items are applicable to this acquisition. Additionally, the following clauses are incorporated by reference: 52.203-6, 52.203-13, 52.204-10, 52.209-6, 52.209-9, 52.209-10, RFP SPE600-15-R-0211-0001 Page 2 of 5. RFPSPE600-15-R-0211-0001 52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26,52.222-35,52.222-36, 52.222-37, 52.222-40, 52.223-18,52.225-13,52.232-33, 52.232-34and 52.232-36.Please reference the followingwebsite for additional information at: http://farsite.hill.af.mil/vffara.htm. (xiii)Additionally, DFARS 212.301SolicitationProvisions and ContractClauses for the Acquisition ofCommercial Items(Jan2015)is applicable to this acquisition.The following clausesand provisionsare incorporated byreference:252.203-7000,252.203-7003, 252.203-7005, 252.205-7000,252.209-7001,252.215-7007, 252.219-7003,252.225-7021,252.225-7028,252.225-7031,252.226-7001, 252.232-7003, 252.232-7010, 252.232-7011,252.243-7002, 252.244-7000, 252.247-7023,and 252.247-7024. Please reference the followingwebsite foradditional information at: http://farsite.hill.af.mil/vffara.htm. Anyexceptions taken will be sent with offer on company letterhead statingthe clauseor provision and what exception is being taken. If the exception is not acceptable to the Government, the offeror will beadvised duringdiscussionsand given the opportunity to withdrawtheiroffer or acceptthestated termsand conditions. Bysubmission of an offer,the offeror isstating that all terms and conditions of the entiresolicitation are acceptedand apply toyour offer unless clearly stated herein and in a formal letter oncompany letterhead. Offerors are advised that offer prices should include allapplicable taxes including the Federal Excise Tax (FET) andanyothercosts arisingfrom contractor's performance of the contract must be included in theirprice proposals.Therefore, transportation, insurance,and any other contractor-incurred expensesshould be included in the offer price (NOTE: Offer price should bea unit pricein USD per gallon). Percentage Based Taxes should not be included in your offer price.Percentage Based Taxes may beaffiliated with Gross Receipt Taxes and Purchase Cards. ATTACHMENT C -PROVISIONS AND CLAUSES NUMBER TITLE 52.203-3 GRATUITIES (APR 1984) 52.211-16 VARIATION IN QUANTITY (APR 1984) 52.216-21 REQUIREMENTS (OCT 1995) 252.246-7000 MATERIALINSPECTION AND RECEIVING REPORT (MAR 2008) DLAD 52.212-9000 CHANGES-MILITARY READINESS (NOV 2011) DLAD 52.215-9023 REVERSE AUCTIONING (OCT2013) DLAD 52.216-9072 ECONOMIC PRICE ADJUSTMENT-PETROLEUM PRODUCT PRICE, POST,CAMP, AND STATION (PC&S) (NOV 2011) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUEST AND RECEIVING REPORTS (JUN 2012)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-15-R-0211-0001/listing.html)
- Place of Performance
- Address: Texas, New Mexico, Oklahoma. Colorado, Wyoming, Nebraska, Kansas, South Dakota, North Dakota, Minnesota, Iowa, Illinois, and Wisconsin., United States
- Record
- SN04334327-W 20161124/161122234457-c9aea17c1add7a20625d427e0ec7a7db (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 |