|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1997 PSA#1863U.S. Agency for International Development, (USAID), Room 1412, SA-14,
Office of Procurement, Washington, D.C. 20523 91 -- KEROSENE SOL M/OP/-97-1196 DUE 070797 POC Contact Point: Ms.
Kimberley McNeil Atsalinos, katsalinos@usaid.gov, Tel: 703/875-1086,
Fax: 703/875-1103. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in 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
closing date and time for receipt of proposals is July 7, 1997 at 12:00
local time, 1100 Wilson Boulevard, Arlington VA 22209, 14th Floor, Room
1412. The SIC Code is 2911 and the small business size standard is
1,500 employees. This solicitation is issued as a Request for Proposals
(RFP). The objective of this procurement is to deliver approximately
10,000 MT of heating-grade kerosene to Fuel Storage Facilities in
Armavir, Giumri, and Spitak, Armenia for distribution through the
Winter Warmth 97/98 Program. This Statement of Work covers operations
relating to this kerosene up to and including the time it is delivered
to each Fuel Storage Facility and discharged. Kerosene Specifications
are as follows: a. Specific Gravity @ 60 Deg-F: 0.820 Max, or Density
@ 15 Deg-C: 0.8199 Max, or API: 41 b. Flash Point: 130 Deg-F/(55
Deg-C) Min c. Color: Saybolt +16 MIN. Sulfur: 0.1% Max e. Corrosion, 3
hr @ 100 deg-C: 1b, Passed f. Smoke Point, mm (Method D-1322): 23 Min
g. distillation, Deg-F/(Deg-C) 95% 392 Deg-F/(200 Deg-C) Min FBP 590
Deg-F/(310 Deg-C) Max n. Doctor Test (IP-30): Negative i. Net Heat of
Combustion: 18,500 BTU/Lbs/(43 MJ/KG)Min j. Freezing Point: -40 Deg-C
Max Kerosene Purchase and Delivery -- Overview a. The Contractor shall
arrange for delivery of up to 10,000 MT of heating-grade kerosene. The
kerosene is to be loaded aboard vessel(s) with Bill(s) of Lading date
no later than August 15, 1997 and the entire shipment delivered to
final destinations in Armenia prior to October 15, 1997. b. This
kerosene shall have source and origin within USAID Geographic Code 935
(Special Free World). Suppliers must be of USA or Newly Independent
States Region nationality. c. Cargo Preference: Inaccordance with USAID
regulations and consistent with the regulations of the maritime
Administration, USAID applies Cargo Preference requirements on the
basis of programs or activities that generally include more than one
contract. Thus, the amount of cargo fixed on privately owned U.S.-flag
vessels under this contract may be more or less than the required 50
or 75%, depending on current compliance with Cargo Preference
Requirements. Therefore, Offerors are encouraged to submit proposals
which comply with the Cargo Preference requirements, as well as
proposals which do not, if this would result in savings to the
Government. d. Contractor shall coordinate shipments to the following
fuel storage facilities with USAID/Caucasus: ARMOIL fuel storage
facility in Armavir, Armenia: 3,400 MT, plus or minus ten percent.
ARMOIL fuel storage facility at Giumri, Armenia: 3,700 MT, plus or
minus ten percent. Ministry of Transportation fuel storage facility at
Spitak, Armenia: 2,900 MT, plus or minus ten percent. e. Contractor
shall make arrangements with port authorities and terminal operators to
secure necessary tank storage at discharge port (if applicable) and to
secure means of transport for delivery of cargo to final
destination(s) in Armenia. Contractor is responsible for payment of all
inland transport charges including, but not limited to, payment of
Georgian and Armenian Railroad costs up to and including delivery and
discharge at the designated tank farm facilities at the Armenian cities
listed above. This solicitation document and following incoporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-46: 52.212-1 Instructions to Offerors-Commercial Items
52.212-2 Evaluation-Commercial Items, para(a)is filled in as follows:
"The Government will award a contract resulting from this solicitation
to the responsible offeror whose offer conforming to the solicitation
will be most advantageous to the Government, price, and other factors
considered. The following factors, listed in descending order of
importance, shall be used to evaluate offers: (a) Combined commodity,
ocean freight, and inland freight prices. (b) Contractor's operational
concept and plan for shipping the commodity to the final destinations.
(c) Demonstrated knowledge of conditions prevailing in the Caucasus.
(d) Past performance in general, and past performance on similar
shipments within the Caucasus, if applicable. Technical evaluation
criteria and past performance, when combined, are significantly less
important than price. 52.212-3 Offeror Representations and
Certifications -- offerors must include a completed copy with their
offer 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders- Commercial Items, para (b) the following clauses are
applicable: 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate I 53-203-10 Price or Fee Adjustment for
Illegal or Improper Activity 52.211-11 Liquidated Damages 52.211-16
Variation in Quantity 52.219-8 Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns 52.219-9 Small, Small
Disadvantaged, and Women-Owned Small Business Subcontracting Plan
52.222-26 Equal Opportunity 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans 52.222-37 Affirmative Action for
Handicapped Workers 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era. The following USAID
Acquisition Regulations are applicable: 752.202-1 Definitions,
Alternate 72 752.203-1 Officials Not to Benefit 752.211-70 Language and
Measurement 752.7004 Source and Nationality Requirements -- (as altered
by overview paras b and c above) 752.7006 Notices 752.7009 Marking
752.7017 Local Procurement 752.7025 Approvals 752.247-70 Preference for
Privately Owned U.S. Flag Commerical Vessels. The preferred method of
distribution of USAID procurement information is via the Internet or by
request of a solicitation on a 3.5" floppy disk (WordPerfect5.1/5.2
format). This CBD notice/solicitation can be viewed and downloaded
using the Agency Web Site. It is impracticable to distribute all of the
applicable technical data with the solicitation. These documents are
contained in an addenda which is available on the Internet. It is
required that all offerors obtain the addenda to this solicitation
prior to submission of their proposal. The Worldwide Web address is
http://www.info.usaid.gov. Select "Business and Procurement
Opportunities" from the home page, then "USAID Procurements". On the
following screen, select "Download Available USAID Solicitations". The
addenda can also be downloaded via Anonymous File Transfer Protocol
(FTP). The FTP address is FTP.INFO.USAID.GOV. Logon using the user
identification of "anonymous" and the password is your e-mail address.
Look under the following directory for the addenda:
pub/OP/RFP/971196/971196.rfp. If the FTP service is down, please refer
to the Agency Web Site in the interim. Receipt of this notice/
solicitation package through INTERNET must be confirmed by written
notification to the contact person noted above. It is the
responsibility of the recipient of this document to ensure that it has
been received from INTERNET in its entirety and USAID bears no
responsibility for data errors resulting from transmission or
conversion processes. Problems regarding Internet access to these
documents or problems in the downloading process should be directed to
the USAID Internet Coordinator at (703) 875-1116. (0157) Loren Data Corp. http://www.ld.com (SYN# 0344 19970610\91-0002.SOL)
91 - Fuels, Lubricants, Oils and Waxes Index Page
|
|