Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,2000 PSA#2541

Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227

99 -- GENERATOR FUEL SOL Reference-Number-MG00AM00554 DUE 030100 POC Anita Proctor, Simplified Acquisition Specialist, Phone (202) 874-6963, Fax (202) 874-7275, Email anita.proctor@fms.sprint.com WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num ber-MG00AM00554&LocID=1763. E-MAIL: Anita Proctor, anita.proctor@fms.sprint.com. 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; quotations are being requested and a written solicitation will not be issued. No other documents are available. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The Standard Industrial Classification code is 9999 with a corresponding size standard of $5.0. The Department of the Treasury, Financial Management Service (FMS) 401 14th Street, SW, Washington, DC, 20227, intends to establish a Blanket Purchase Agreement (BPA) based on the following item to be purchase during the fiscal year. The estimated amount to be spent during a three year period will be $36,000.00. The anticipated period of performance will be Date of Award through the next three years. After the BPA is established further competition will not be obtained. Background The Department of Treasury, Financial Management Service located at 3700 East-West Highway, Hyattsville, MD 20782 has a prime duty backup power supply system. This system is used to maintain computer operations in support of critical U.S. Government missions during short or prolonged failures with the electrical utility. The system consists of a 16-cylinder Detroit diesel engine and 2,000 Amp genset. At full load the diesel engine burns 50 gallons of fuel per hour. The capacity of the existing fuel tank is 5,000 gallons. FMS requires deliveries of fuel on an as needed basis. During prolonged power outages FMS will require fuel deliveries within 6 hours of contacting the vendor. Scope of Work The contractor shall provide fuel meeting the following specifications: All diesel fuel (high sulfur) delivered to FMS will meet the following specifications: -Diesel fuel will conform to ASTM D975 66T, Number 2-D -API gravity 34-38 -Specific gravity 0.835-0.855 -Flash point 52. -Viscosity, Kinematic CST@40 degrees C.1.9. -4.1 -Sulfur wt., max. 0.5 (0.5)++ -Cloud point should be 10 degrees F. below the lowest expected fuel temperature to prevent clogging of fuel filters by wax crystals -Cetane no., min. 45 (differs from ASTM D 975) -Cetane index min., 40 (differs from ASTM D 975) -Distillation temperature, degrees F.(not specified in ASTM D 975) IBP, typical 375 (not specified in ASTM D 975) 10%, typical 430 (not specified in ASTM D 975) 50%, typical 510 (not specified in ASTM D 975) 90%, typical max. 675 (not specified in ASTM D 975) End point, max. 675 (not specified in ASTM D 975) -- Water and sediment, max.0.05 -- Ash, %max/ 0.01 -- Carbon residue on 10%. Wt.% max.0.35 -- Copper Corrosion, max. 0.35 -- Accelerated storage stability max. (not specified in ASTM D 975) 15 MG/L -- Dupont pad test, rating max. (not specified in ASTM D 975) 7 -- Lubricity, GM, min. (not specified in ASTM D 975) 2800 Test methods are available upon request. All diesel fuel deliveries shall originate from terminals of the major oil companies (ie, Exxon, Texaco, Mobil, HESS, CITGO, AMOCO etc.) FMS requires metered deliveries of diesel fuel on an as-needed basis. FMS may need emergency deliveries based on need. Provisions for emergency delivery shall be included to ensure delivery. Deliverables The contractor shall furnish the required amount of diesel fuel meeting the governments' specifications on as needed basis within two business days after call is placed. In an emergency situation the contractor shall provide the required amount of diesel fuel meeting the government's specifications within 6 hours after call is placed. The contractor shall deliver the required amount of diesel fuel meeting the government's specification upon request 24 hours a day, 7 days per week and, 365 days per year including all holidays for the duration of the Blanket Purchase Agreement. Contractor shall provide a 24-hour emergency number answered by an employee to ensure efficient communication of need and promptness of delivery. Contract shall include multi-year options for renewal with the inclusion of provisions for price volatility based on market fluctuations. The Government will provide contractor access to the fuel tank and parking for the delivery vehicle. FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Items is hereby incorporated by reference. The government will award a commercial item purchase order using simplified acquisition procedures to the responsible offeror whose offer is most advantageous to the government. The offers will be evaluated on the basis of meeting the 24-hour fuel delivery, past performance, and price. FAR 212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. FAR 52.232-19, Availability of Funds for the Next fiscal Year (Apr 1984); FAR 52.222-37, VETS 100 Compliance Report (Jan 1999). FAR 52.204-6, Data Universal Numbering System (DUNS) number. The clauses may be viewed at http://www.arnet.gov/far. FAR 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items apply to this solicitation. Offers are to be received no later than 11:00 a.m. March 1, 2000. The period of performance is from March 10, 2000 through March 9, 2001 with two (2) 1-year options: Options Year 1, March 10, 2001 through March 9, 2002 and Option Year 2, March 10, 2002 through March9, 2003. Interested vendors who can meet the above requirements should submit technical and cost proposals to Anita proctor in writing by due date of March 1, 2000. Proposals must include the Representations and Certification, VETS100 Report, and the Automated Clearing House form. Point of Contact Anita Proctor, Contract Specialist, Phone (202) 874-6963 Fax (202) 874-7275, E-mail Anita.Proctor@fms.sprint.com Posted 02/17/00 (D-SN426561). (0048)

Loren Data Corp. http://www.ld.com (SYN# 0303 20000222\99-0005.SOL)


99 - Miscellaneous Index Page