Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

91 -- SPE605-22-R-0203_COG 3_POSTS, CAMPS & STATIONS (PC&S), PP 3.23 (DE, IN, KY, OH, MD, TN, VA, WV & DC)

Notice Date
5/13/2022 2:59:34 PM
 
Notice Type
Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE605-22-R-0203
 
Response Due
5/23/2022 12:00:00 PM
 
Archive Date
06/07/2022
 
Point of Contact
Mary Katherine (Katie) Richardson, Phone: (703) 223 -1920, Sabrina Holland
 
E-Mail Address
MARY.K.RICHARDSON@DLA.MIL, sabrina.holland@dla.mil
(MARY.K.RICHARDSON@DLA.MIL, sabrina.holland@dla.mil)
 
Description
*****SEE AMENDMENT 0004**** Six additional line items *****SEE AMENDMENT 0003**** The table for set aside line items for small businesses has been updated *****SEE AMENDMENT 0002**** The end date for this RFP has been extended to May 23rd, 2022 at 3:00 PM Ft. Belvoir Time. *****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 is an open continuous solicitation with successive closing dates for DLA Energy Posts, Camps and Station (PC&S) Purchase Program 3.23, COG 3 requirements. The first closing date is May 09, 2022 and is for the 705 Contract Line Items Numbers (CLINs) contained in this first closing. Solicitation No. SPE605?22?R-0203 has a performance period from Date of Award through July 31, 2027. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers. (Ref: FAR 52.212?1(d)). The Government anticipates receiving new requirements throughout the performance period. Therefore, solicitation SPE605?22?R?0203 will remain open until July 31, 2027, for any new CLINs to be solicited. As new requirements are received, the Government will issue amendment(s) to the solicitation, with new closing dates for the new requirements, and afford all offerors an opportunity to compete for the new CLINs. This solicitation incorporates provisions & clauses in effect through Federal Acquisition Circulars 2022-04 Effective 30 January 2022; Defense Federal Acquisition Regulation Supplement (DFARS): DPN 20211230 Effective 01 January 2022 Edition; DLAD current to DLAD Rev. 5 & Proc. Ltr. 2022-04 (Revised January 31, 2022). Solicitation Number SPE605-22-R-0203 is hereby issued as a Request for Proposal (RFP). This acquisition has fifty (50) line items as set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), 430-line items set�aside for Small Businesses, and the remaining line items are under Full and Open Competition. All line items in this solicitation fall under the North American Industrial Classification System (NAICS) code 324110 for Petroleum Refineries. To qualify as a small business for this solicitation, the firm, including its affiliates, must be a concern that has either no more than 1,500 employees or produces no more than 200,000 barrels per calendar day total Operable Atmospheric Crude Oil Distillation capacity. Capacity includes all domestic and foreign affiliates, all owned or leased facilities, and all facilities under a processing agreement or an arrangement such as an exchange agreement or a throughput. To qualify under the capacity size standard, the firm, together with its affiliates, must be primarily engaged in refining crude petroleum into refined petroleum products. A firm's �primary industry� is determined in accordance with 13 CFR 121.107. For this procurement, DLA Energy requested a waiver of the Nonmanufacturer Rule from the Small Business Administration for all VA line items which will be set aside for SDVOSBs. This means that, if approved, the waiver would allow SDVOSBs to source fuel products for all VA line items under this procurement from any domestic fuel refiner regardless of size. FAR 52.219-27, NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (SEP 2021) applies to the 50 line items, supplying U.S. Department of Veterans Affairs (VA) locations, set aside for SDVOSBs. Any company submitting an offer for these line items must be listed on the VA�s Center for Verification and Evaluation (CVE) website, at https://vip.vetbiz.va.gov/, as a certified SDVOSB at the time of proposal submission. See attached solicitation for line items to be Set Aside for SDVOSB See attached solicitation for�line items to be set-aside for small businesses: The description, quantities, location, delivery hours, equipment, etc. required for this solicitation are listed under B1.01 SUPPLIES TO BE FURNISHED (DOMESTIC PC&S) (DLA ENERGY JAN 2012). DURING HURRICANE SEASON LOWER QUANTITIES MAY BE ORDERED � for line items along the East coast of DE, MD, VA, and Wash DC. This is to support the Activities during this season when they are required to maintain a higher fuel capacity. QUESTION AND ANSWER PERIOD: To encourage maximum participation, a question-and-answer period has been established. Starting from the issue date of this solicitation to April 21, 2022, 3:00p.m. Eastern, Ft. Belvoir, VA local time, 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 included in Attachment (A). No further questions will be received after the above stated date and time. All questions shall be submitted to both Mary.K.Richardson@dla.mil and DLAENERGYFEPAA@dla.mil . Questions will be consolidated and answered via official amendment(s) to the solicitation. 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. ECONOMIC PRICE ADJUSTMENT AND BASE REFERENCE PRICE: Please refer to B19.19 ECONOMIC PRICE ADJUSTMENT - PETROLEUM PRODUCT PRICE, POST, CAMP, AND STATION (PC&S) (DLA ENERGY APRIL 2020). The base reference date is 12 January 2022. Offerors MUST use the publication listed for each line-item schedule as the escalation reference for their offer prices. After award, the contract price for all Line Items will escalate/de-escalate daily (Monday through Friday, and any deliveries made on Saturday and Sunday will use Friday�s Price.) in accordance with the above Economic Price Adjustment clauses based upon the prescribed escalation publication referenced in the solicitation. Price changes are not based on product cost or vendor profit margin. After award DLA Energy will provide updated contract prices daily under �Vendor Resources/Price Adjustments� on the DLA Energy homepage at www.energy.dla.mil ESCALATORS: The escalator identified on each line item within the schedule shall be the only escalator accepted for pricing evaluation. Any proposal for an alternate escalator shall not be accepted. CLOSING DATE: MAY 09, 2022; 3:00 PM, Eastern Standard Time (EST). PROPOSAL SUBMISSION: Offer Prices shall be submitted through the Post Camps and Stations (PC&S) Offer Entry Tool (OET): 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 Please use the attached instruction titled, �AMPS Snapshot: User Registration- External Users,� to obtain an AMPS account if you do not already have one. 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. You will be able to request access to OET through AMPS. Please refer to the Attachment D titled, �Requesting the OET Vendor Role in AMPS,� for instructions on requesting an OET vendor role. 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 the attached instructions titled, �PC&S OET Vendor Guide.� 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. In the event of technical issues on the part of OET that prevent an offeror to successfully entry offer data on OET, the offeror must immediately notify both Government�s Points of Contact via email to Sabrina.Holland@dla.mil and MARY.K.RICHARDSON@DLA.MIL �to request allowance for 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 and MARY.K.RICHARDSON@DLA.MIL TAX AND FEE INFORMATION: Offerors are responsible for ensuring ALL applicable taxes and fees are included in their offer price. INCLUDE: Any Federal Excise Taxes (FET) shall be included in your offer prices. INCLUDE: Any State and Local environmental, oil spill taxes, and inspection fees shall be included in your offer prices, unless an exemption applies. Offerors are responsible for confirming the applicability of taxes and tax rates with the state or local tax authorities. Offerors are advised that offer prices shall include FET and all other applicable taxes and fees and all other costs arising from contractor's performance of the contract, where no U.S. Government or Department of Defense exemption applies. Offer price should be a unit price per gallon. NOTE: Offerors shall not include any percentage-based taxes in the unit prices entered into OET. If the Offeror determines that a percentage-based tax applies, from which the U.S. Government is not exempt, Offerors must, instead, state in the �Notes� section in OET that a percentage-based tax applies to that particular line item. In the �Notes� section, offerors shall state the name of the percentage-based tax and the percentage amount that applies. Offerors shall only include taxes in the unit prices entered into OET that can be expressed in dollars or cents on a per gallon basis (e.g. FET at $0.184 per gallon for gasoline). �LATE OFFERS: Please note that offers must be received by 09 May 2022, 3:00 PM Eastern Standard Time (EST). Any offer received after 09 May 2022, 3:00 PM Eastern Standard Time (EST) will be considered �late.� Offeror(s) assume all risk for any delay in the transmission of their proposals. All offerors are encouraged to review paragraph (f) of FAR 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (AUG 2018). AWARD WTHOUT DISCUSSIONS: Offerors are directed to paragraph (g) of Clause FAR 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (AUG 2018). While the Government intends to evaluate proposals in accordance with FAR 15.101-2, Lowest Price Technically Acceptable source selection process and award a contract without discussions, it reserves the right to conduct discussions if determined by the Contracting Officer to be 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. Therefore, offerors are advised to submit their best prices with their initial offer. CONTRACT TYPE: The fuel requirements issued under this solicitation are for the remainder of the current contract cycle. Contracts awarded as a result of this solicitation will be a REQUIREMENTS TYPE CONTRACT, FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENTS. Please refer to FAR 52.216-1, TYPE OF CONTRACT (APR 1984) and FAR 52.216-21 REQUIREMENTS (OCT 1995). EVALUATION: Proposals will be evaluated in accordance with FAR 52.212-2, Evaluation � Commercial Items (NOV 2021). Offerors should thoroughly read and understand the terms and conditions contained in the solicitation. Failure to provide any information requested in the solicitation may render an offer unacceptable and preclude it from any further consideration. Offerors should ensure that the information contained in their proposals is factual, accurate, and complete. (PLEASE REFER TO SECTION M - FAR 52.212-2 EVALUATION � COMMERCIAL ITEMS) BIODIESEL CERTIFICATIONS: In accordance with Clause C16.27 FUEL BIODIESEL (B20) (DLA ENERGY OCT 2014), all offerors are required to submit a copy of its B100 supplier�s EPA registration letter. Along with the EPA registration, a letter is also required from the supplier stating that the product will be provided from their terminal/refinery. These documents must be provided with the offer. OXYGENATED/NON-OXYGENATED GASOLINE ITEMS: Prices for oxygenated/non- oxygenated items will be adjusted during the oxygenated and non-oxygenated periods to allow for the difference in reference prices between the two periods. See Clause C16.69-1 GASOLINE AUTOMOTIVE, UNLEADED, REGULAR (PC&S) (DLA ENERGY NOV 2015) for oxygenate requirements. ORDERING PERIOD: The ordering period for all contracts awarded under this solicitation will be Date of Award through 31 July 2027. Quantities stated in the SCHEDULE represent the Government�s best estimates covering a five (5) year requirement. �PERIOD FOR ACCEPTANCE OF OFFERS: Pursuant to paragraph (d) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (PC&S) (NOV 2021), Offerors agree to honor prices indicated in their Offeror Submission Packages for 180 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. SYSTEM FOR AWARD MANAGEMENT (SAM): SAM registration is required prior to time offers are submitted. FAR provision 52.212-3, Offeror Representations and Certifications � Commercial Items (Nov 2021) applies to this acquisition. Offerors shall complete this provision in (SAM). SAM is an official U.S. Government system, and all offerors are required to be registered in this system. Contractors register one time and confirm on an annual basis that their SAM registration is complete and accurate. There is NO fee to register for this site. Please provide the printout from SAM with your proposal. Offerors may obtain information on registration and annual confirmation requirements at: https://www.acquisition.gov �or by calling 1-866-606-8220 or 334-206-7828 COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING: Please include your CAGE code in your offer submission letter.� If you have not been assigned a CAGE code, insert the word �None� when referencing CAGE code. DUNS NUMBER: Please include your company�s Data Universal Numbering System Number in your offer submission letter. NOTICE: ANY CONTRACT AWARDED TO A CONTRACTOR WHO AT THE TIME OF AWARD WAS SUSPENDED, DEBARRED, OR INELIGIBLE FOR RECEIPT OF CONTRACTS WITH THE GOVERNMENT AGENCIES OR IN RECEIPT OF A PROPOSED DEBARMENT FROM ANY GOVERNMENT AGENCY IS VOIDABLE AT THE OPTION OF THE GOVERNMENT. ACKNOWLEDGEMENT OF AMENDMENTS: YOU MUST ACKNOWLEDGE RECEIPT OF ANY AMENDMENTS TO THIS SOLICITATION. You may do this by completing Block 8, 15A, signing 15B, 15C, and returning one (1) copy of each amendment issued. OFFEROR SUBMISSION PACKAGE: All offerors are also required to complete and submit all forms provided in the Offeror Submission Package (OSP). �PRE-AWARD SURVEYS: DLA Energy may conduct pre-award surveys to determine responsibility regarding the offeror�s transportation, technical, production, financial and quality assurance capabilities. Certificates of Analysis may be required upon request and/or when a Pre-Award Survey is requested. Please reference FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JAN 2022), for additional FAR clauses applicable to the acquisition. All provisions and clauses referenced in this solicitation will be incorporated with any offer received, unless an offeror takes exception. Offerors should send any exceptions taken with their proposal on company letterhead, identifying the clause(s)/provision(s) and what exception is being taken, the reason for exception, and any cost savings to the Government if accepted. If the offer is within the competitive range but exception is not acceptable to the Government, the offeror will be advised during negotiations and given an opportunity to withdraw their offer or accept the RFP terms and conditions. POINTS OF CONTACT: Points of contact for information regarding this solicitation: KATIE RICHARDSON� � � � � � � � � � � � � � � � � �� (703) 223 -1920����������������������������������������������������������� MARY.K.RICHARDSON@DLA.MIL�� DLAENERGYFEPAA@DLA.MIL���������������������� **********SUMMARY OF OFFER SUBMISSION REQUIREMENTS**********: IN ADDITION TO MEETING THE OFFER SUBMISSION REQUIREMENTS OF FAR 52.212-1, OFFERORS SHALL DO THE FOLLOWING: Offerors must be registered in the following systems: System for Award Management (SAM) at https://www.sam.gov Wide Area Workflow (WAWF) at https://wawf.eb.mil/ �(which includes MyInvoice) DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil REGISTRATION IN THESE SYSTEMS IS REQUIRED BY THE OFFER SUBMISSION DUE DATE AND TIME. All offers must comply with the instructions in FAR 52.212-1(b) to include at a minimum: The solicitation number, Adhere to the date and time specified in the solicitation for receipt of offers, The name, address, and telephone number of the offeror, 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, Terms of any express warranty, Price submitted through PC&S OET with all taxes and fees included, Any discount terms, Remit to address, if different than mailing address, 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 offeror shall complete electronically), Return a signed copy of all Solicitation Amendments; and Offers must be submitted on Company Letterhead that includes a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation 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. All offerors are required to provide written acknowledgement at the time of submission of their initial offer that the offer prices provided are accurate and include all applicable taxes and/or fees. Offerors must also confirm their ability to perform all contractual obligations in a satisfactory manner for the duration of the contract period at the offer price(s) submitted in response to Solicitation SPE605-22-R-0203. ******SEE ATTACHEMENTS FOR SOLICITATION, DETAILED INFORMATION AND ALL APPLICABLE DOCUMENTS******
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/732875a3d4034a24bc1249055e2de213/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06327178-F 20220515/220513230102 (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.