Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

91 -- Australia PC&S Solicitation

Notice Date
1/13/2020 7:44:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE605-20-R-0204
 
Response Due
1/24/2020 12:00:00 PM
 
Archive Date
02/08/2020
 
Point of Contact
Sabrina Holland, Phone: 571-767-9510, DLA Energy- FEPAA
 
E-Mail Address
sabrina.holland@dla.mil, DLAENERGYFEPAA@dla.mil
(sabrina.holland@dla.mil, DLAENERGYFEPAA@dla.mil)
 
Description
*****SEE AMENDMENT 0002**** This Amendment is being issued to clarify a security access enquiry for Alice Springs requirements listed on the schedule (solicitation line items 0019 & 0020). Due to the delay in providing this information, the solicitation has been extended to January 24, 2020. *****SEE AMENDMENT 0001**** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. � The Government intends to procure the petroleum fuel products using FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Government will award requirements-type contracts resulting from the Solicitation to the responsible offeror(s) whose offer, conforming to the Solicitation that will be most advantageous to the Government, with price and other factors considered (See Evaluation criteria under SECTION M). � This solicitation incorporates provisions & clauses in effect through Federal Acquisition Circulars 2019-06 Effective 10 October 2019; Defense Federal Acquisition Regulation Supplement (DFARS): DPN 20190531 Effective 31 May 2018 Edition; DLADcurrent to DLAD Rev. 5 & Proc. Ltr. 2019,13-18 (Revised August 19, 2019). � Solicitation Number SPE605-20-R-0204 is hereby issued as a Request for Proposals (RFP). � CLARIFICATION: Any reference to DAY(s) within the solicitation should be considered BUSINESS DAY(s) (Monday through Friday). Hours of operation listed in the schedule (Attachment A) are for Australia�s time zone, any other reference to hours/time, unless otherwise stated, within the solicitation will be for Eastern Standard Time (EST). Any reference to Holidays should be considered U.S. Holidays unless otherwise noted as Autralian Holidays. Any reference to BIMONTHLY should be considered twice a month, unless otherwise noted. All quantities listed on the schedule (Attachment A) are estimates. � A pre-award survey may be performed to ensure that the capabilities exist to support the requirement the offeror offered against, mitigating risk of non-performance due to lack of capability, and may include an on-site review. If an offeror does not pass a preaward survey it shall reflect negatively against the offeror�s responsibility determination. � G9.07-5 ELECTRONIC TRANSFER OF FUNDS PAYMENTS � FEDERAL RESERVE WIRE TRANSFER SYSTEM (DLA ENERGY JAN 2012) � Foreign offerors may elect payment by electronic transfer of funds via the Federal Reserve Wire Transfer System, which does not require the receiving bank to be located in the United States. Offerors are advised to�verify their FI is capable of receiving Federal Wire transactions via either a SWIFT Code or an IBAN number. Firms receiving an award under this solicitation must ensure that the appropriate arrangements are made with their FI prior to submission of the first invoice. � QUESTION AND ANSWER PERIOD: To encourage maximum participation on ALL line items (Attachment A) a question and answer period has been established. Starting from the issue date of this solicitation to November 22, 2019 4:00p.m.Eastern Standard Time (EST) all potential offerors may ask any and as many questions as they may need to fully participate and respond to all the listed line items (Attachment A). No further questions will be received after the above stated date and time. All questions should be sent to sabrina.holland@dla.mil & DLAEnergyFEPAA@dla.mil. Answers will be consolidated and answered via an official amendment to the solicitation, if applicable. Extensions of the closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable. Potential offerors are reminded that they shall sign the amendment (block 15a-c) and acknowledge the solicitation/amendment(s) in their prospective submitted proposals. � SHIPMENT AND ROUTING: In accordance with F51 SHIPMENT AND ROUTING (OVERSEAS) (DLA ENERGY NOV 2005) , the Contractor shall furnish serially numbered seals and effectively seal all tank cars, boxcars, transport trucks, trucks and trailers, tankers, and barges, whether delivery is made on an f.o.b. origin or f.o.b. destination basis. The marking on the seal shall be indicated on all shipping documents. � PLACING ORDERS: In accordance with F1.11 DLA INTERNET BID BOARD SYSTEM (DIBBS) (DLA ENERGY) (APR 2014), The Contractor shall use DIBBS to receive orders. Contractors must register in DIBBS to obtain a login account at https://www.dibbs.bsm.dla.mil. The login account will allow a contractor to register a primary and alternate email address for notifications. All contractors must have an active System for Award Management (SAM) account, http://www.sam.gov in order to register for DIBBS. � CLOSING DATE: The closing date for receipt of offers for the below line items available for full and open competition under solicitation SPE605-20-R-0204 is 30 December 2019 BY 3:00 PM, FT. BELVOIR, VA TIME. � TAX AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of any subcontractor,any taxes from which the United States Government is exempt. In accordance with Article 9 of the Agreement Concerning the Status of United States Forces in Australia, 14 U.S.T. 506, TIAS 5349, 469 U.N.T.S. 55, equipment, materials, supplies and other property imported into or acquired in Australia by or on behalf of the United States Government for the official use of the United States Forces and not for resale shall be free of all Australian duties and taxes. See DFARS 252.229-7000, INVOICESEXCLUSIVE OF TAXES OR DUTIES (JUN 1997) for more information. � LATE OFFERS: Please note that offers must be received by 30 December BY 3:00 PM, FT. BELVOIR, VA TIME. Any offer received after 3:00 PM will be considered �Late� and will be handled in accordance with FAR 52.212-1(f). � INSTRUCTIONS TO OFFERORS � 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS (OCT 2018), subparagraph (f) LATE SUBMISSIONS, MODIFICATIONS, REVISIONS, AND WITHDRAWALS OF OFFERS. � ECONOMIC PRICE ADJUSTMENT AND BASE REFERENCE PRICE: Please refer to (B19.02) ECONOMIC PRICE ADJUSTMENT (OVERSEAS)(DLA ENERGY JAN 2012). Offerors should use the preferred publication in the table�for escalation reference for their offer prices. THE BASE REFERENCE DATE for this solicitation is 02 September 2019. Contract prices will escalate bi-monthly based upon the previous month�s average price as referenced in the prescribed escalation publication. � AWARD WITHOUT DISCUSSIONS: Offerors are directed to paragraph (g) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS. While the Government intends to evaluate proposals in accordance with FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014), Lowest Price Technically Acceptable source selection process and award a contract(s) without discussions, it reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, those participating are advised to submit their best prices with their initial offer. If the Contracting Officer determines that discussions are necessary, the Government will then evaluate proposals and award a contract after conducting discussions with Offerors whose proposals have been determined to be within the competitive range. � EACH CLIN ARE SEPARATELY PRICED AND EVALUATED: While the solicitation combines a lot of details for multiple products/requirements, each CLIN on this solicitation is a separate requirement with each CLIN having their own product, address, delivery and ordering information and will be evaluated and awarded individually. � ORDERING PERIOD: The ordering period for all contracts awarded under this solicitation will be 01 July 2020 through 31 May 2024. Quantities stated represent the government�s best estimates covering ordering period. � DELIVERY NOTES: This solicitation is being issued to support DoD activities in the region. Contract line items are for delivery to a defined delivery region (see Attachments A and F). The specific delivery address will be specified on the DD1155 upon placement of orders. � PERIOD FOR ACCEPTANCE OF OFFERS: Pursuant to paragraph (c) of 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS (OCT 2018), Offerors agree to honor prices indicated in their offer for 240 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. � NEGOTIATIONS: Negotiations under this solicitation will be conducted primarily in writing (via email), by telephone, and by negotiators identified in K33.01. � PROPOSAL SUBMISSION: Offer Prices shall be submitted through the Post Camps and Stations (PC&S) Offer Entry Tool (OET). a) PC&S OET is an external web application which allows prospective PC&S ground fuel vendors to securely bid on DLA Energy fuel solicitations. Offerors must be registered in the PC&S OET application in order to submit offer prices. In order to have system access to PC&S OET, offerors must request the applicable user roles via the Account Management and Provisioning System (AMPS) website at: https://amps.dla.mil b) Please use Attachment C titled, �AMPS Role Guide� to obtain an AMPS account if you do not already have one. c) Once the AMPS registration process is complete, access AMPS with your username and password to request access to the PC&S Ground Vendor Role OET-100. You will be notified by email once your OET access is granted. d) You will be able to request access to OET through AMPS. Please refer to Attachment D titled, �Requesting the OET Vendor Role in AMPS,� for instructions on requesting an OET vendor role. e) After you obtain access to OET, you will be able to select a solicitation to offer on and submit your offer prices via OET using Attachment E instructions titled, �PC&S OET Vendor Guide.� f) If you experience trouble registering or if additional assistance is needed, please send an email to the DLA Enterprise Help Desk at DLAEnterpriseHelpDesk@dla.mil or call toll free (855)-352-0001 and select the option for assistance with AMPS. g) In the event of technical issues on the part of OET that prevent an offeror to successfully enter offer data on OET, the offeror must immediately notify both Government�s Points of Contact via email to Sabrina.Holland@dla.mil to request allowance for an offeror�s manual offer submission using Price Data Sheets. Nevertheless the offerors are still responsible for entering offer data thru OET upon its return to the fully functioning state. All remaining proposal documentation, to include the Offeror Submission Package (OSP), shall be sent via email to DLAEnergyFEPAA@dla.mil � OFFEROR SUBMISSION PACKAGE: Carefully review the solicitation, any subsequent amendments, and Attachment B the �Offeror Submission Package (OSP)� identified by number SPE605-20-R-0204. Please keep copies of completed solicitation amendments, and the OSP for your records. � ACKNOWLEDGEMENT OF SOLICITATION AMENDMENTS: Please check�beta.SAM.gov frequently for any solicitation amendments (updates) to SPE605-20-R-0204. To acknowledge amendments, complete Blocks 15A, 15B, and 15C of the Standard Forms (SF) 30 and return to DLA Energy by email at DLAEnergyFEPAA@dla.mil , prior to the solicitation closing date. � INTERNATIONAL DUNS NUMBER: Include your company�s Data Universal Numbering System (DUNS) Number on the cover sheet of your offer (See paragraph J of Clause 52.212-1 INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (OCT 2018). If you do not have a DUNS Number, your company must register online at http://www.dandb.com/eupdate and click on the �Register your business� button. Or you may call one of two toll free numbers 800-333-0505 or 888-814-1435 for assistance. � COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING: Please insert your CAGE CODE (5 digit alphanumeric code) in Block 17a of the Standard Form 1449, in the box labeled �CAGE CODE�. � NO RESPONSE: If your company does not intend to submit an offer for this solicitation, please notify us in writing and email to DLAEnergyFEPAA@dla.mil. � CONTRACT TYPE: The SCHEDULE (list of items, each with its own narrative) is listed under (B1.05) SUPPLIES TO BE FURNISHED (OVERSEAS PC&S) (ALASKA/HAWAII) (DLA ENERGY JAN 2012). Type of contracts awarded as a result of this solicitation will be �Requirements-Type Fixed Price with Economic Price Adjustments� Refer to Clause FAR 52.216-21, REQUIREMENTS (OCT 1995) and B19.02, ECONOMIC PRICE ADJUSTMENT (OVERSEAS) (DLA ENERGY 2012). � EVALUATION: In accordance with FAR 52.212-2, The Government will award a contract to the Lowest Price Technically Acceptable offers in a manner that will result in the lowest overall cost to the Government for the solicited items, in accordance with the evaluation clauses contained in this solicitation. Each CLIN will be evaluated and awarded individually. � NOTICE: ANY CONTRACT AWARDED TO A CONTRACTOR WHO AT THE TIME OF AWARD WAS SUSPENDED, DEBARRED, OR INELIGIBLE FOR RECEIPT OF A CONTRACT WITH GOVERNMENT AGENCIES OR IN RECEIPT OF PROPOSED DEBARMENT FROM ANY GOVERNMENT AGENCY IS VOIDABLE AT THE OPTION OF THE GOVERNMENT. � INCORPORATED BY REFERENCE: Please refer to Section I for all clauses and provisions listed as Incorporated by Reference. � POINTS OF CONTACT: For any clarification, explanation or additional information about this solicitation, please contact: Sabrina Holland (571)-767-9510 sabrina.holland@dla.mil SEE COMPLETE SOLICITATION PACKAGE ATTACHED
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad659c3e4cc34b5598605bfebaf8b725/view)
 
Place of Performance
Address: AUS
Country: AUS
 
Record
SN05533486-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.