Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2024 SAM #8136
SOLICITATION NOTICE

91 -- SPE605-24-R-0204 DLA Energy Posts, Camps & Stations (PC&S) Japan PP 1.8G

Notice Date
3/5/2024 7:24:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE605-24-R-0204
 
Response Due
3/11/2024 7:00:00 PM
 
Archive Date
05/01/2029
 
Point of Contact
Mary Katherine (Katie) Richardson, Phone: (703) 2231920, Candy Cross, Phone: (571) 474-6137
 
E-Mail Address
MARY.K.RICHARDSON@DLA.MIL, CANDY.CROSS@DLA.MIL
(MARY.K.RICHARDSON@DLA.MIL, CANDY.CROSS@DLA.MIL)
 
Description
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 separate 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 factor 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 1.8G Japan requirements. The first closing date is March 11, 2024, and is for the 178 Contract Line Items Numbers (CLINs) contained in this first closing. Solicitation No. SPE605?24?R-0204 has a performance period from Date of Award through June 30, 2029. 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(c)). The Government anticipates receiving new requirements throughout the performance period. Therefore, solicitation SPE605?24?R?0204 will remain open until May 1, 2029, 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 acquisition does not require any set asides, because it is overseas. This solicitation incorporates provisions & clauses in effect through Federal Acquisition Circulars 2023-05 Effective 22 September 2023; Defense Federal Acquisition Regulation Supplement (DFARS): DPN 20230817 Effective 17 August 2023 Edition; DLAD current to DLAD Rev. 5 & Proc. Ltr. 2023-09 (Revised December 11. 2023). A.� Solicitation Number SPE605-24-R-0204 is hereby issued as a Request for Proposal (RFP). B. This�acquisition has 178 line items contained in this first closing which are being solicited 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. C. The description, quantities, location, delivery hours, equipment, etc. required for this solicitation are listed under The Schedule in Attachment A (Schedule). D. 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 February 29, 2024, 8:00 a.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. E. 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 2 October 2023. 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 on the 1st and 3rd Monday using the Previous 5-day Average of the PLATTS escalator referenced by fuel type in Attachment B: Escalator Spreadsheet. 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 F. ESCALATORS: The escalator identified on each line item within the schedule (also listed by fuel type in Attachment B: Escalator Spreadsheet) shall be the only escalator accepted for pricing evaluation. Any proposal for an alternate escalator shall not be accepted. G. CLOSING DATE: March 11, 2024; 10:00 PM, Eastern Standard Time (EST). H. PROPOSAL SUBMISSION: Offer Prices shall be submitted through the Post Camps and�Stations (PC&S) Offer Entry Tool (OET): 1. 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 2. Please use the attached instruction titled, �AMPS Snapshot: User Registration- External Users,� to obtain an AMPS account� � � � � � � if� you do not already have one. 3. 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. 4. 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. 5. 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.� 6.� 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. 7.� 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 Candy.CROSS@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 proposal documentation, to include the Offeror Submission Package (OSP), shall be sent via email to DLAENERGYFEPAA@DLA.MIL �and MARY.K.RICHARDSON@DLA.MIL I. TAX AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of any subcontractor, any foreign taxes. Offerors are expected to know the relevant business procedures for fuel delivery in Japan. The winning offeror is expected to procure tax exemptions in a timely manner in order to meet the period of performance. Offer prices should be a unit price per U.S. gallon and in U.S. currency. Changes or mistake in bids after award may not be accepted. Offer price should be a unit price per gallon. J.��LATE OFFERS: Please note that offers must be received by 11 March 2024, 10:00 PM Eastern Standard Time (EST). Any offer received after 11 March 2024 10:00 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 (SEPT 2023). K. AWARD WTHOUT DISCUSSIONS: Offerors are directed to paragraph (g) of Clause FAR 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (SEPT 2023). L. 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). M. 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). N. ORDERING PERIOD: The ordering period for all contracts awarded under this solicitation will be Date of Award through 30 June 2029. Quantities stated in the SCHEDULE represent the Government�s best estimates covering a five (5) year requirement. O. PERIOD FOR ACCEPTANCE OF OFFERS: Pursuant to paragraph (c) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (PC&S) (SEPT 2023), 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. P. 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 (SEPT 2023) 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 Q. COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE or NATO COMMERCIAL AND GOVERNMENT ENTITY (NCAGE) REPORTING: Please include your CAGE code OR NCAGE code in your offer submission letter.� If you have not been assigned a CAGE OR NCAGE code, insert the word �None� when referencing CAGE code. R. Unique Entity IDs (UEI)�Please include your company�s Unique Entity IDs (UEI) Number in your offer submission letter. S. SITE VISITS: You are directed to Clause L54, SITE VISIT, please note that it is the responsibility of the Offeror to inspect the site where supplies are to be delivered and to obtain all available information about the site necessary to satisfy themselves about general and local conditions that may affect delivery and the cost of contract performance, to the extent that the information is reasonably obtainable. DLA Energy encourages all potential Offerors to call or visit the sites in which they intend to submit an offer. 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. T.��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. U.� OFFEROR SUBMISSION PACKAGE: All offerors are required to complete and submit all forms provided in the Offeror Submission Package (OSP). V.� PRE-AWARD SURVEYS: DLA Energy may conduct pre-award surveys to assist in determining 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. W. Please reference FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (SEPT 2023), 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: Emergency Situations after Duty Hours OPERATIONS CENTER, CONTINGENCY PLANS AND OPERATION DIVISION (571) 767-8420 Information Regarding Solicitation SPE605-24-R-0204 Points of contact for information regarding this solicitation are: KATIE RICHARDSON������������������������������������������� ��������������������������� CANDY CROSS (703) 223 -1920� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (571) 474-61379 MARY.K.RICHARDSON@DLA.MIL� � � � � � � � � � � � � � � � � � � � � � � � � � �CANDY.CROSS@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: 1. Offerors must be registered in the following systems:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � a. System A. for Award Management (SAM) at https://www.sam.gov� �b. Wide Area Workflow (WAWF) at https://wawf.eb.mil/ �(which includes MyInvoice)� �c. 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. 2.� All offers must comply with the instructions in FAR 52.212-1(b). Additionally, a.�All offers must submit SUPPLY COMMITMENT LETTER(S)� b. All Offers�utilizing subcontracted transportation; must submit all applicable TRANSPORTATION AGREEMENTS. c. 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.� � 3.� 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 do not include any foreign taxes. 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 SPE605-24-R-0204. � � � � � � � � �PLEASE REFERENCE AND REVIEW� ALL UPLOADED ATTACHMENTS TO THIS SOLICITATION�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da89883e7eda46c0858c145c3513f407/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN06986678-F 20240307/240305230056 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.