Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

National Park Service, Channel Islands National Park, 1901 Spinnaker Drive, Ventura, CA 93001

91 -- BIO-DIESEL FUEL SOL 1443RQ8120-00-002 POC Kim R. Glass 805/658-5713 This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Part 12, Acquisition of Commercial Items as supplemented with additional information provided in this notice. The Request for Quotes (RFQ) document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 97-15. This announcement consistitites the only RFQ document. Quotes are being requested and a written RFQ document will not be issued. Channel Islands National Park has a requirement for approximately 8,000 to 12,000 gallons per year of neat Bio-Diesel with no petroleum diesel blend delivered F.O.B. to Park Headquarters, Ventura, CA. Containers for delivery will be in 300 gallon aluminum liquitote, or similarly sutiable containers, approximately 600 to 1,800 gallons at each delivery. Shipping methods and containers must be Department of Transportation approved, meet all federal, state, and local transportation, labeling, handling, and associated safety regulations or ordinances, and must have lifting eyes. Quotes are to be priced at price per gallon delivered F.O.B. destination to Channel Islands National Park, 1901 Spinnaker Drive, Ventura, CA 93001. Orders will be placed one week in advance of anticipated delivery date. Contractor shall supply the liquitote containers and exchange full containers for empty containeers at the time of delivery. Bio-diesel must meet the requirements as follows: Property Units ASTM Method Limits Fuel Specific Properties Density @ 15 deg. C Gr/ccm ASTM D 1298 0.86-0.90 Viscosity @ 40 deg. C Mm2/s ASTM D 445 4.0-6.0 Flash Point Deg. C ASTM D 93 100.0C(min) Cold Filter Plugging Deg. C ASTM D 4539 -- summer 0 -- winter 6 below ambient Pour Point Deg. C ASTM D 97 -- summer -9 maximum -- winter -20 maximum Sulfur Content Deg. C ASTM D 2622 0.01 maximum Distillation Deg. C ASTM D 1160 or -90% evaporation ISO 340 345 Carbon Residue % wt. Conradson 0.5 maximum (CCR) ASTM D 189 Cetane Number % wt. ASTM D 613-86 45 minimum Ash Content Mg/kg ASTM D 482 .020 maximum Water Content Gr/m3 ASTM D 1796 500 maximum Particulate Matter DIN 51419 15 Copper Corrosion (3hr. @ 50 deg. C) Gr/m3 ASTM D 130-88 No.1 Oxidation Stability ASTM D 2274 15 Ester Specific Properties Esterfication % Volume 98.0 minimum Acid Value Mg ASTM D 664 0.5 maximum NaOH/gr Methanol Content % wt. GC Method 0.2 maximum Monoglycerides % wt. GC Method 0.8 maximum Diglycerides % wt. GC Method 0.2 maximum Triglycerides % wt. GC Method 0.2 maximum Free Glycerin % wt. GC Method 0.02 maximum Total Glycerin % wt. GC Method 1.2 maximum Iodine Number Cg 12/gm DIN 53241/ 110 maximum IP 84/81 Phosphorus Content Mg/kg DGF C-V14 0.2 A fuel quality certification must be provided with first shipment of bio-diesel. The government will periodically draw samples of the fuel through out the contract period having them lab-tested to ensure the fuel meets the specifications listed above. Contractor must warrant their product against engine performance degradation and mechanical failures directly attributed to the use of bio-diesel fuel. The the first delivery of the bio-diesel shall be within 20 calendar days after award. The following Federal Acquisition Regulation (FAR) provisions and clauses are hereby incorporated into this RFQ, 52.212.1 Instruction to Offerors-Commercial, 52.212-2 Evaluation -- Commercial Items. The government will use the following evaluation factors; each having equal importance: A. Past Performance and B. Price. Potential contractors should submit their past performance references along with their quote. The Government reserves the right to make award of the initial quote received without further discussions. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote conforms to the RFQ which will be most advantageous to the Government, price and past perfromance considered. Parties wishing to respond to this RFQ should provide this office with the followintg: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested item showing the RFQ number, unit price, extended price, FOB, prompt mayment terms, delivery time, correct address, and past performance information. QUOTES MUST BE SIGNED. Each offer shall include a completed copy of the provisions at FAR 56.212-3, Offeror Representations and Certifications -- Commercial Items, and their Dunn & Bradstreet Number. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, 52.222-26 Equal Opportunity, 52.222.35 affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and 52.247-64 Preference for privately owned U.S. -- Flag Commmercial Vessels are hereby incorporated and made a part of the RFQ. All questions pertaining to this RFQ must be submitted in writing to the address listed in this announcement or or may be faxed to 805/658-5799. No telephonic responses will be processed. Questions should be submitted no later than April 26, 2000. Quotes are due by Close of Business, April 28, 2000 to the Contracting Officer, Channel Islands National Park, 1901 Spinnaker Drive, Ventura, CA 93001. Facsimile quotations will be accepted 805/658-5799. No oral quotations will be accepted. Posted 04/14/00 (W-SN445225). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0281 20000418\91-0001.SOL)


91 - Fuels, Lubricants, Oils and Waxes Index Page