Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

91 -- Furnish and Deliver 25,000 gallons of Fresh, Red Dye #2, Ultra Low Sulfur Diesel Fuel

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJ-APG-10-L-072
 
Archive Date
9/16/2010
 
Point of Contact
Regina A. Williams, Phone: 2023071922
 
E-Mail Address
regina.williams5@usdoj.gov
(regina.williams5@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FEDERAL BUSINESS OPPORTUNITIES NOTICE COMBINED SYNOPSIS/SOLICITATION Solicitation Number: DJJ-APG-10-L-072 TITLE: Furnish and Deliver 25,000 gallons of Fresh, Red Dye #2, Ultra Low Sulfur Diesel Fuel This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotes are being requested and a written solicitation will not be issued. This is a Request for Quote and the Solicitation Number is DJJ-APG-10-L-072. Only one award is anticipated as a result of this synopsis/solicitation. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43, effective August 2, 2010. This acquisition is a 100% Small Business Set-Aside. The NAICS code applicable to this acquisition is 424720 and the small business size standard is 100 employees. Requirement - The Department of Justice, Justice Management Division, Operation Services Staff, has a requirement for the purchase and delivery of 25,000 gallons of Fresh, Red Dye #2, Ultra Low Sulfur Diesel Fuel to be delivered to the Department of Justice at 1151-D Seven Locks Road, Rockville, MD 20854. The required delivery date is September 15, 2010. The age of the diesel fuel must not be more than 10 days old on the date of delivery and must be certified as compatible for a stand-by Caterpillar diesel generator plant. No partial shipments are permitted unless specifically authorized at the time of award. No additive/dispersant package is required to be added to the fuel. Any offers submitted in response to this solicitation must be in accordance with all applicable environmental and safety regulations. Delivery is FOB Destination. The diesel fuel will be delivered to the Department of Justice at 1151-D Seven Locks Road, Rockville, MD and stored in two existing underground, dual wall, fiberglass fuel tanks. The tanks hold 20,000 gallons each. The fill caps are 8 feet apart in the entry driveway with easy access. Security clearances will not be required for drivers, but access to the Department of Justice location will have to be coordinated ahead of time with the designated DOJ site point of contact, which will be provided at time of award. Offer Due Date and Time - The closing date and time for receipt of quotes in response to this solicitation is Wednesday, September 1, 2010, at 2:00 p.m., Eastern Standard Time (EST). All quotes shall be submitted by email to Regina Williams, Contracting Officer, at the following email address: regina.williams5@usdoj.gov. Oral quotations and quotations submitted after the closing date and time will not be accepted. Submission of Offers - All quotes must include the following items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations shall be submitted electronically in contractor format and shall include: (1) Solicitation Number (2) Date and Time specified in the solicitation for receipt of offers (3) Signed Acknowledgements of Amendments (applicable only if any amendments are issued against this solicitation) (4) Name, Address, Telephone Number, Email Address, and Fax Number of Offeror and Point of Contact Information for Offeror Representative (5) Offeror DUNS Number and Tax Identification Number (6) Description of item or items being offered to the Government in sufficient detail to evaluate compliance with the requirements of the solicitation (7) Price and any discounts terms, if applicable (8) "Remit to" address, if different from mailing address (9) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website, the offeror shall complete only paragraphs (c) through (m) of this provision. CCR Requirement -An offeror must be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of any contract resulting from this solicitation. If an offeror is not registered in the CCR, they can go to the CCR website at www.ccr.gov and complete the registration process. If an offeror is not registered prior to an award, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Evaluation of Quotes - 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: - Offeror compliance with fuel specifications and delivery schedule - Price Award - A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far/loadmainre.html (End of provision) THE FOLLOWING SOLICITATION PROVISIONS ARE INCORPORATED BY REFERENCE: Provision Number Provision Title and Date 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (a) North American Industry Classification System (NAICS) code and small business size standard, (d), Product samples, (e) Multiple offers, and (i) Availability of requirements documents cited in the solicitation. 52.212-3 Offeror Representations and Certifications - Commercial Items (AUG 2009) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/loadmainre.html (End of clause) THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE: Clause Number Clause Title and Date 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) Questions and Answers (Q&As) - Please submit any questions by email to Regina Williams, Contracting Officer, at regina.williams5@usdoj.gov by no later than 2:00 p.m., Eastern Standard Time, on Monday, August 30, 2010. Questions and Answers will be posted as a modification/amendment to this combined synopsis/solicitation in the Federal Business Opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJ-APG-10-L-072/listing.html)
 
Place of Performance
Address: Department of Justice, 1151-D Seven Locks Road, Rockville, Maryland, 20854, United States
Zip Code: 20854
 
Record
SN02254485-W 20100827/100825235437-96ebeedde0d94a3b36a9ab5edd7575ae (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.