Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

91 -- NORTH AUXILIARY AIRFIELD FUEL

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1M34E7186A001
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M34E7186A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 424710 with a 500 employee?s size standard. (v) Contractors shall submit a unit price and a total price for each item included in this acquisition and shows an extended price for all items. Line item pricing shall include shipping charges. Pricing shall be FOB destination. All responsible sources may submit a quotation, which shall be considered by the agency. (vi) LINE ITEM 0001: Fuel Oil DL2/Diesel, ESTIMATED QTY 7,500 Gallons, LINE ITEM 0002: Gasoline 87 Octane, ESTIMATED QTY 3,000 Gallons. This requirement consists of diesel fuel and unleaded fuel to be delivered to North Auxiliary Airfield, located near the town of North, SC 29211. Fuel is to be delivered as required. Normal consumption rate is 850 gallons of diesel and 400 gallons of unleaded to be delivered approximately every 6 weeks depending on usage. Contractor will be required to deliver fuel within 48 hours of request. Delivery of fuel will be for the period of 1 Oct 2007 through 30 Sep 2008. (vii) The following clauses and provisions are incorporated and will remain in effect in any resultant award: FAR 52.232-18: Availability of Funds. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise funtil funds are made available to the Contracting Officer for this contract and until the contractor receives notice of such availability, to be confirmed in wirting by the Contracting Officer. FAR 52.212-1: Instructions to Offerors-Commercial: Quotes shall be submitted in the following manner: Since fuel prices fluctuate, we will require the offerors to submit price per gallon of No. 2 Diesel Fuel and 87 Octane Unleaded Fuel using current market pricing. FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 shall be used to evaluate offers: Award will be based solely on price. Award document will be an Unpriced Purchase Order due to fluctuation of fuel pricing. The rate of each delivery will be based on Current market pricing as determined by Index published by AAA for Columbia, SC on the website www.fuelgauge.com. The contractor must maintain the same ratio of bid price to published market price. For example, if the bid price is $2.40 for Regular Unleaded on 7 Sep and the market (AAA) rate is $2.505, the contractor is offering a discount ratio of 4.2%. Therefore, all future prices for delivery must be at lease 4.2% below the AAA published rate. (viii) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (ix) The following clauses are incorporated by reference: FAR 52.212-4 Contract Terms and Condition?Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.222-21 -Prohibition Of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (x) The following additional clauses are applicable to this procurement. FAR 52.204-7, Central Contract Registration FAR 52.211-6, Brand Name or Equal FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-6 Notice of Total Small Business Set-Aside DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests (Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Request. The WAWF routing information will be provided upon award. DFARS 252.246-7000, Material Inspection and Receiving Report AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xi) Defense Priorities and Allocation System: Not Applicable. (xii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 7 SEP 07 no later than 4:30 PM Eastern Standard time. Requests should be marked with solicitation number F1M34E7186A001 (xiii) Address questions to Libby Billham, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email libby.billham@charleston.af.mil or Kathy Edenborough, Contracting Officer, Phone (843) 963-5157, email Kathy.edenborough@charleston.af.mil . For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: NORTH AUXILIARY AIRFIELD, CHARLESTON AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01389241-W 20070831/070829221506 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.