Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

91 -- Poland Fuel Support - RFP Package

Notice Date
1/18/2018
 
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
SPE60518R0200
 
Archive Date
2/9/2018
 
Point of Contact
Sabrina L. Holland, Phone: 703-767-9510, James Clough, Phone: 703-767-1884
 
E-Mail Address
sabrina.holland@dla.mil, james.clough@dla.mil
(sabrina.holland@dla.mil, james.clough@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT III - VAT & EXCISE DUTY EXEMPTION CERTIFICATE ATTACHMENT II - PROCEDURE AND FORMS REQUIRED FOR THE EXEMPTIONS ATTACHMENT I - OFFEROR SUBMISSION PACKAGE RFX SPE60518R0200 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart12.6, 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) Solicitation Number SPE605-18-R-0200 is issued as a Request for Proposal (RFP). (iii) This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-75. (iv) This acquisition has not been set-aside for small businesses and is issued under Full and Open Competition in accordance with FAR 6.1. The NAICS code is 324110 and the size standard is 1,500 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item it did not manufacture itself, is 500 employees. (v), (vi) and (vii) Any resultant contract will be a Requirements Type Contract withEconomic Price Adjustment with a period of performance from date of award through July 31, 2018. Please refer to Section B for detailed line item information. These line items SHALL conform to clauses C-0001 / C16.67-2 DIESEL FUEL SPECIFICATION (SFD) (PC&S) (EUROPE)(MIDDLE EAST) (DLA ENERGY AUG 2017) and C-0002 / C16.64-1 TURBINE FUEL, AVIATION (JP8) (INLAND EAST GULF/OFFSHORE) (ROCKY MOUNTAIN /WEST) (WESTPAC) (ATL/EUR/MED) (PC&S) (DLA ENERGY JAN 2016) and SFD clause. Fuel deliveries will need to be coordinated prior to arrival. Under any resultant contract and before, the first delivery, the contractor shall provide each drivers name, Government issued ID and work documentation. All delivery trucks must be equipped with pump and have SERIALLY NUMBERED SEALS. Deliveries will be into M969 and two M978 tanker trucks. Equipment needed for truck-to-truck transfer will be 4-inch female cam lock and at least 10 feet of hose. Fuel deliveries will need to be coordinated prior to arrival. Under any resultant contract and before, the first delivery, the contractor shall provide each drivers name, Government issued ID and work documentation. (viii) FAR provision 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ATTACHMENT I contains the offerorsubmission package which must be completed and sent withthe vendor's quote. All provisions and clauses referenced will be incorporated with offer submission. (ix) FAR provision 52.212-2, Evaluation -Commercial Items applies to this acquisition. The basis of award will be lowest price responsible offer responding to this solicitation. (x) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this acquisition. The vendor should complete this provision in the System for Award Management (SAM). Please provide the printout from SAM with your quote. (xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies 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, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. (xiii) Any exceptions taken will be sent with offer on company letterhead stating the clause/provision/what exception is being taken. By submission of a quote you are stating that all terms and conditions of the entire solicitation are accepted and apply to your quote unless clearly stated herein and in a formal letter on company letterhead. Offerors are advised that offer prices should include all other costs arising from performance of the contract. Therefore, transportation, insurance, and any other contractor-incurred expenses should be included in the quote. Quotes must be submitted in English, U.S. Currency, and unit price per gallon to six decimal places. Platts USLD FOB NWE Cargo Jet Kero MIDPOINT BIMONTHLY for JP8. The base reference price effective date as of December 1, 2017 is $1.830666 for JP8. Platts ULSD 10ppmS FOB NWE Cargo MIDPOINT BIMONTHLY for SFD. The base reference price effective date as of December 1, 2017 is $1.765779 for SFD. Prices will escalate bi-monthly the price will be updated on the 1st of the month based on the average daily prices from the 16th - end of month of the month prior, and 16th of the month based on the average daily prices from the 1st - 15th of the current month. The rate of exchange for Euro is 0.8470, effective December 01, 2017. This rate will update in accordance with the Bureau of Fiscal Service and can be found here: https://www.fiscal.treasury.gov/fsreports/rpt/treasRptRateExch/currentRates.htm (xiv) The closing date for receipt of offers is 3:00pm Eastern Standard Time (EST) on January 25, 2017. Responses can be emailed to Sabrina.Holland@dla.mil and James.Clough@dla.mil. (xv) It is anticipated that awards will be made WITHOUT conducting discussions. Please submit your best and final pricing in response to this solicitation. (xvi) Points of contact for information regarding this solicitation are: Sabrina Holland Contract Specialist Phone: 703-767-9510 Email: Sabrina.Holland@dla.mil James Clough Contracting Officer Phone: 703-767-1884 Email: James.Cloughh@dla.mil NOTE 1: TO BE VALID, ALL OFFERS MUST COMPLY WITH THE INSTRUCTIONS IN CLAUSE 52.212-1(b) TO INCLUDE AT A MINIMUM: (1) The solicitation number, (2) The time specified in the solicitation for receipt of offers, (3) The name, address, and telephone number of the offeror, (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, (5) Terms of any express warranty, (6) Price and any discount terms, (7) "Remit to" address, if different than mailing address, (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)) for those representations and certifications that the offerorshall complete electronically), (9) Acknowledgement of Solicitation Amendments, and (10) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation on company letterhead and signed and dated by an Officer of the Company. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. NOTE 2: TO BE VALID, ALL OFFERORS MUST BE REGISTERED ON WWW.SAM.GOV. ALL CERTIFICATIONS AND REPRESENATIONS SHOULD BE COMPLETED ON WWW.SAM.GOV. NOTE 3: Pursuant to the North Atlantic Treaty, Apr. 4, 1949, 63 Stat. 2241, 34 U.N.T.S. 243 and the NATO Status of Forces Agreement, Article XI, dated 19 Jun 51 effective 23 Aug 1953, TIAS 2846, 4 UST 1792 all official DoD purchases through a contractor should be considered exempt from any taxes or customs fees because Poland is a member of NATO. The VAT form and instructions for completion will be given to the awardee at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60518R0200/listing.html)
 
Place of Performance
Address: Polish Military Base, Swietozow and Torun, Poland, Poland
 
Record
SN04793284-W 20180120/180118231352-ecf22c2de2529e937950c6121a6fb047 (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  © 1994-2020, Loren Data Corp.