This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations(FAR), as supplemented with additional information included in this notice.
Offers are being requested and a written solicitation will not be issued. The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE600-15-Q-0211 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5.This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 dated 15 December 2014. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm.
Scope of Contract:
CLIN 0001 - The contractor to provide (1,5000 USG) of Ultra Low Sulfur Diesel Red Dye (DSS) delivered to DEFENSE SUPPLY CENTER RICHMOND
RICHMOND VA 23297
Delivery Location: DEFENSE SUPPLY CENTER RICHMOND
RICHMOND, VA 23297.
Description:
Two (2) long trucks (7500 gallons each for a total of 15,000 gallons) are needed for Bldgs. 32 and 33.
Number of Tanks Tank Capacity Tank Type Tank Location
5 1000 TANKS
2 10000 BELOW GROUND TANK
1 1500 TANKS
3 15000 TANKS
3 2000 TANKS 1 TANK LOCATED AT BLDG. 201, EMERGENCY SERVICES FA
4 275 TANKS
1 4000 TANKS
1 500 TANKS OFFICER' CLUB - TEMPORARY
4 5000 TANKS
4 550 TANKS
3 6000 TANKS
3 8000 TANKS
Required delivery date is December 24, 2014.
FOB Destination.
Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF).
The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, 2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6, 28, 52.222-3, 19, 21, 26, 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003. FAR 52.211-16 with a 10% variance above or below, as well as 52.211-11 shall be applicable.
All responsible offerors respond to Eduardo Davila (Eduardo.davila@dla.mil) NLT 1:00 pm Fort Belvoir local time (EST) December 23rd 2014; Send questions to the Contracting Specialist, Eduard Davila 703-767-8130, FAX: 703-767-8506, or email: Eduardo.Davila@dla.mil and bryan.sveum@dla.mil by RFQ NLT date/time. FAX quotations will be accepted.
Eduardo Davila, Contract Specialist, Phone 703-767-9524, Fax 703-767-8506, Email eduardo.davila@dla.mil - Bryan Sveum, Contract Specialist, Phone 7037679556, Fax 703-767-8506, Email bryan.sveum@dla.mil