Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

91 -- SDDC MOTCO is seeking mutiple businesses to enter into a 100% small business set-asid Blanket Purchase Agreement (BPA) for fuel, refueling service, and petroleum products to support equipment and missions for the 834th Transportation Battalion; Concord, CA

Notice Date
10/16/2020 10:38:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324199 — All Other Petroleum and Coal Products Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-21-A-XXXX
 
Response Due
10/29/2020 8:00:00 AM
 
Archive Date
11/13/2020
 
Point of Contact
Charles Williamson, Phone: 3097827690, Bryan M. Verschoore
 
E-Mail Address
charles.m.williamson12.civ@mail.mil, bryan.m.verschoore.civ@mail.mil
(charles.m.williamson12.civ@mail.mil, bryan.m.verschoore.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Reference: Military Ocean Terminal-Concord (MOTCO) fuel, refueling service, and petroleum products Dear Interested Vendors: 1. The US Army Contracting Command - Rock Island (ACC-RI) is seeking businesses willing to enter into a Blanket Purchase Agreement (BPA) for fuel, refueling service, and petroleum products to support equipment and missions for the 834th Transportation Battalion at Military Ocean Terminal Concord (MOTCO), Concord, CA. 2. This combined synopsis/solicitation for commercial items is issued as a 100% small business set-aside and 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; quotes are being requested in response to this notice. The Government anticipates awarding multiple BPAs, but reserves the right to award only one BPA or none at all. There is no guaranteed minimum or maximum order under the resulting BPA(s). The Government is only obligated to the extent of authorized purchases actually made under the BPA. 3. Future Call Orders: It is anticipated that there will be multiple BPA Holders for this requirement. Therefore, awards of future call orders will be competed amongst all BPA Holders. Awards of any call orders will be based on capability to perform the requirement, price, and performance on previous call orders (if any). The Government will evaluate price reasonableness for line items on each Call Order in accordance with FAR 15.404-1. In the event of an emergency, call orders may be solely awarded based on the capability to perform the requirement, and not necessarily to the lowest priced BPA holder for that particular requirement. 4. The services to be procured under the BPAs are for fuel, refueling service, and petroleum products in accordance with the attached Statement of Work (SOW), Attachment 0001. The United States Government (USG) will evaluate quotes for price and will determine if they meet the terms of the SOW. The USG will award BPAs based on price and compliance with the terms of the SOW. 5. The following NAICS code and small business size standard apply: NAICS: 324199 Size Standard: 500 employees 6. Please provide a quote for 1,500 Gallons of Dyed (Red) Diesel #2 and three (3) separate delivery charges. Please clearly identify the fuel cost and the delivery charge separately. There will be 3 separate 500 gallon deliveries between 28 November 2020 and 15 January 2021. The performing BPA holder will receive a minimum of 48 hours notice prior to expected delivery. All deliveries requested between 2:30 pm and 4:30 pm PST. 7. Please submit your quote by 10:00 am, Central Time on 29 October 2020 via email to charles.c.williamson12.civ@mail.mil and bryan.m.verschoore.civ@mail.mil. 8. All offerors must be registered in the System for Award Management (SAM) website: http://www.sam.gov. Lack of registration in SAM will make an offeror ineligible for award. 9. Interested parties that choose not to quote this initial requirement are encouraged to express their interest to be notified of future requirements. This will allow for notification of potential oppourtunites to become a BPA holder in the future. 10. In accordance with FAR 16.703(c) (2), BPA(s) will be reviewed annually before the anniversary of their effective dates and revised as necessary. The ordering periods will be: Base Year: 28 Nov 2020 � 27 Nov 2021 Option Year 1: 28 Nov 2021 � 27 Nov 2022 Option Year 2: 28 Nov 2022 � 27 Nov 2023 Option Year 3: 28 Nov 2023 � 27 Nov 2024 Option Year 4: 28 Nov 2024 � 27 Nov 2025 11. Please include your Commercial and Government Entity (CAGE) code in your response, as well as name, phone number, and email address of a designated point of contact who will be available through December, 2020. 12. The following attachments are hereby incorporated by reference: Attachment 0001 Statement of Work dated 25 March 2020 Attachment 0002 Clauses, Terms, and Conditions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1f5a206cd97048e29c80f6b53f98b4bb/view)
 
Place of Performance
Address: Concord, CA 94520, USA
Zip Code: 94520
Country: USA
 
Record
SN05829850-F 20201018/201016230136 (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.