Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

91 -- LOW SULFUR DIESEL FUEL

Notice Date
4/1/2020 11:31:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324199 — All Other Petroleum and Coal Products Manufacturing
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-20-Q-0030
 
Response Due
4/6/2020 8:00:00 AM
 
Archive Date
04/21/2020
 
Point of Contact
Valerie Marshall, Phone: 9015443619, Fax: 9015443710, Monica Moody, Phone: 9015440838
 
E-Mail Address
valerie.marshall@usace.army.mil, monica.a.moody@usace.army.mil
(valerie.marshall@usace.army.mil, monica.a.moody@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial supplies 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. The U.S. Army Corps of Engineers, Memphis District has a requirement for Ultra Low Sulfur Diesel to be delivered to W.G. Huxtable Pumping Plant.� Quick turnaround is necessary in order for the Government to fulfill its mission.� Specifications are provided below.�� The solicitation number is W912EQ-20-Q-0030 and is being issued as a Request for Quote (RFQ). This is a Small Business Set-Aside Procurement. �The associated NAICS code is 324199 with a size standard of 500 employees.� All responsible sources may submit a quote, which shall be considered by the agency.� Response to this combined synopsis/solicitation must be received via email, by April 6, 2020, no later than 10:00 A.M., Central Standard Time.� Proposal should be marked with solicitation number W912EQ-20-Q-0030 addressed to Valerie Marshall, Phone (901) 544-3619, email:� Valerie.Marshall@usace.army.mil.� Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award.� Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.�� Regardless of method of delivery, it is the offeror�s responsibility to ensure receipt of quote by the time and date stated herein.� Contractor shall submit all documents required to be considered for this opportunity.� See Section entitled Notice to Offeror. SPECIFICATIONS Description of Requirement Guidance Contractor shall provide fuel supply/service as indicated below: Contractor shall provide all tools, equipment, and personnel necessary to satisfy this requirement. Contractor must supply product that complies with all safety and health standards. Contractor must be able to provide delivery within 48 hours after verbal notification or award.� The oil must be obtained from vendor that�s registered in System for Award Management (SAM). � Contractor shall provide approximately one hundred and twelve thousand, five hundred (112,500) gallons of Ultra Low Sulfur Diesel. �Product is to be delivered by contractor furnished barge or truck to the W.G. Huxtable Pumping Plant located 5825 Lee 501, Marianna, Arkansas 72360. �After verbal notification or award is made, contact Technical Point of Contact (POC) to verify delivery location. POC is Brett Barnhart (870) 295-9108, Brett.A.Barnhart@usace.army.mil . � � � � � � �������������������������� W.G. Huxtable Pumping Plant Fuel Requirements � gallons of Ultra Low Sulfur Diesel Point: Minimum 125.6 F Content: Less than 5% Content: Less than 15 ppm Delivery between�8 April 2020 and 13 April 2020 Delivery Method: Barge or Truck W.G. Huxtable off load point by barge will require 3"" quick connects with 200' hose. Facility will accept deliveries Monday thru Friday 7:00am to 5:00pm except on federal holidays. Provide Certificate of Analysis confirming sulfur content with delivery and provide digitally to barry.d.guest@usace.army.mil. � Detailed Place of Performance: �Deliver to Huxtable Pumping Plant, 5825 Lee 501, Marianna, AR 72360 or 34 44 6.88 N; 90 38 57.16W � P.O.C. for questions regarding specifications is Lawrence Thomas (901) 544-0887,����� Lawrence.W.Thomas@usace.army.mil and Brett Barnhart (870) 295-9108, Brett.A.Barnhart@usace.army.mil . � NOTE: If a particular brand is required, it is suggested that the use of brand name or equal specifications are used. This will eliminate the need for a brand name justification. In accordance with FAR 11.104(b) (b) Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an �equal� item must meet to be acceptable for award. Use brand name or equal descriptions when the salient characteristics are firm requirements. SUSTAINABILITY GUIDANCE The following websites listed below are provided to assist contractor(s) in meeting requirements for sustainability when providing supplies and/or services.� The lists are current as of 1 Jan 2016. EPA-Designated Recovered Material Products The following table lists the EPA-designated items must contain recycled material.� The list is periodically updated; reviewers should check EPA�s website (http://www3.epa.gov/epawaste/conserve/tools/cpg/products/) for updates. USDA-Designated Biopreferred Program Product Categories The list is periodically updated, so reviewers should check USDA�s website (http://www.biopreferred.gov/BioPreferred/faces/pages/ProductCategories.xhtml) for updates. DOE Product Categories Covered By Efficiency Programs The list is periodically updated, so reviewers should check DOE�s website (http://energy.gov/eere/femp/find-product-categories-covered-efficiency-programs) for updates. NOTICE TO OFFEROR A.�� The following documentation must be submitted with your proposal for evaluation. Contractors shall submit quote on company letterhead to include pricing for the requested supply/service items, with its unit price, extended price, freight charge, total price, delivery date (if applicable), prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Review and submit the required information from clause 52.212-2, Evaluation Criteria All amendments must be acknowledged B.� Offerors ADDRESS - Prospective Offerors should indicate in the offer, the address to which payment and/or correspondence should be mailed, if such address is different from that shown for the bidder on Standard Form 1449 Block 17a. C.� System for Award Management - By submission of a proposal, the Offeror acknowledges the requirement that prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this quote. Lack of registration in the SAM database will make an Offeror ineligible for award.� Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or at:� http://www.sam.gov. D.� Basis of Award - The Government will award a Firm Fixed Price Purchase Order from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on Specifications and Evaluation Criteria in FAR Clause 52.212-2 of this solicitation. All quotes submitted will be evaluated for (1) technical acceptability, (2) satisfactory past performance and (3) price.�� The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance. This order will be evaluated to assure that orders are not provided to debarred contractors.� In addition, contractors with known performance issues identified in determining the contractor�s responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards.� FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and shall be awarded to, responsible prospective contractors only.� Past failures to perform, apply sufficient tenacity to performance, failure to meet quality requirements, terminations for default and less than satisfactory ratings by the customer will be a significant factor in a determination of unsatisfactory/unacceptable performance.� If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a)(2)(iv). E.� Delivery Times - The following delivery times are established for contactors: 0700-4:00pm, M-F (Monday thru Friday) 0700-3:00pm, Friday (UNLESS OTHERWISE INSTRUCTED) No deliveries will be accepted on Federal holidays. F.� Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable timely response. Contracting Questions must be submitted by email to Valerie Marshall at Valerie.marshall@usace.army.mil . Technical Questions will be submitted to Brett.a.barnhart@usace.army.mil �and Lawrence.w.thomas@usace.army.mil , copy Valerie on all emails. G.� EPA Designated (CPG) Under the Comprehensive Procurement Guidelines (CPG) program, the Environmental Protection Agency (EPA) designates products that are or can be made with recovered materials, and recommends practices for buying these products. Any designated product that is being offered or supplied under this contract shall meet the minimum recommended content levels as identified under the CPG program. Visit http://www.epa.gov/epawaste/conserve/tools/cpg/products for a complete list of designated products and the associated recommended content levels. Offerors must be able to demonstrate that each offered product meets minimum content levels upon request. H.� Bio-based The United States Department of Agriculture (USDA) designates certain bio-based products for federal procurement and specifies minimum biobased content levels for those products. Any designated product that is being offered or supplied under this contract shall meet USDA Bio-Preferred�s minimum bio-based content level. Visit the BioPreferred web site for the complete list of designated products and the associated minimum bio-based content level requirements. I.� How to submit Quote: To be considered for evaluation, all Contractors may submit an electronic offer to the following email address no later than the April 6, 2020 @10:00 AM, CST. �Submit an electronic offer to Valerie.Marshall@usace.army.mil. �Quote must be received no later than the stated due date. �Due to on-going global circumstances, submission of offers can only be received via email. The following clauses and provisions are incorporated and will remain in full force in any resultant award. �The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to Offerors � Commercial Items FAR 52.212-2 Evaluation Criteria - Commercial Items: (a) The Government will award one purchase order from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on evaluation criteria. The following factors shall be used to evaluate offers: Technical Acceptability � is defined as the capability to PROVIDE THE ITEM as specified in this Solicitation and Specifications, and the ability to meet or exceed the specified delivery schedule. � To be determined Technically Acceptable offeror shall submit evidence of their capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted.� Offerors shall submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery as specified. � Satisfactory Past Performance � to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts (3-5 years) of a similar type, size, scope and complexity, as well as, provide two (2) references, including names and contact information of references who can verify their past performance. � A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System??Statistical Reporting (PPIRS?SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS?SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. � It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, and satisfactory past performance.� Failure to submit sufficient information for the government to determine technical acceptability, and past performance may be cause for rejection of your quote. � Price - Quotes will be evaluated by comparing offered prices to one another. Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. � � FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.211-6 Brand Name or Equal FAR 52.211-16 Variation in Quantity (15% increase & 15% decrease) FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-1 Instructions to Offerors�Commercial Items� FAR 52.212-2 Evaluation � Commercial Items ((See Notice to Offeror) FAR 52.212-3 Offeror Representation and Certifications--Commercial Items (See Notice to Offeror) FAR 52.212-4 Contract Terms and Conditions�Commercial Items� FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 42.246-1 Contractor Inspection Requirements FAR 52.252-2 Clauses to Incorporate by Reference https://www.acquisition.gov/content/regulations FAR 52.253-1 Computer Generated Forms � The following are applicable from 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222.19 Child Labor�Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (SAM) � The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award.� The full text of these clauses and provisions can be accessed electronically at website, https://www.acquisition.gov/content/regulations������������������ � � DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation DFARS 252.213.7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3973cdc3ba444b738cbe2dcec5968125/view)
 
Place of Performance
Address: Marianna, AR 72360, USA
Zip Code: 72360
Country: USA
 
Record
SN05607647-F 20200403/200401230147 (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.