Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
SOLICITATION NOTICE

91 -- 2011 JSOH Fuel

Notice Date
3/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454319 — Other Fuel Dealers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D0221040A003
 
Archive Date
4/1/2011
 
Point of Contact
Titus Butler, Phone: 3019812307, Anke Taylor, Phone: 301-981-1999
 
E-Mail Address
titus.butler@afncr.af.mil, anke.taylor@afncr.af.mil
(titus.butler@afncr.af.mil, anke.taylor@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
2011 JSOH Fuel - AVGAS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D0221040A003 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. 2. This solicitation has been set aside unrestricted; all responsible sources may submit a quote. The North American Industry Classification System (NAICS) code is 454319, Other Fuel Dealers, and the business size standard is 1,500 employees. 3. The Government will award a firm fixed price contract for AVGAS for the 2010 Joint Service Open House (JSOH) and is procuring the following: Contract Line Item 0001: AVGAS Delivery One Quantity/Units - 6,000 gallons each Item description: Contractor must deliver 6,000 gallons each of 100 octane low-lead aviation gasoline for delivery on 12 May 2011, between 7:00 AM and 2:30 PM, EST. Trucks transporting fuel must be equipped with a pump to pump AVGAS from their tank into the flight line refueling units. * Include all cost associated with delivery. Contract Line Item 0002: AVGAS Delivery Two Quantity/Units - 12,000 gallons each Item description: Contractor must deliver 12,000 gallons each of 100 octane low-lead aviation gasoline delivery on 17 May 2010 and remain on Joint Base Andrews, MD until 23 May 2011, between 7:00 AM and 2:30 PM, EDT. Trucks transporting fuel must be equipped with a pump to pump AVGAS from their tank into the flight line refueling units. * Include all cost associated with delivery. Delivery Date and Location: Contract Line Item 0001: 12 May 2011, between 7:00 AM and 2:30 PM, EDT Trend Western Fuels Storage 3014 East Perimeter Road Joint Base Andrews, Maryland 20762 Comm. Phone: 301-981-5302/4484 24hr POC: 301-981-6712 / 6797 Contract Line Item 0002: 17 May 2011 - 23 May 2011, between 7:00 AM and 2:30 PM, EDT Trend Western Fuels Storage 3014 East Perimeter Road Joint Base Andrews, Maryland 20762 Comm. Phone: 301-981-5302/4484 24hr POC: 301-981-6712 / 6797 FOB is destination. NOTICE TO OFFERORS: Funds are not presently available for this requirement. No award will be made until funds are available. 4. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial and addendum to FAR clause 52.212-1 applies to this acquisition are as follows: 52.214-31(f) (1) Fax Number (301)981-1910 (2) HP Laser Jet 3050, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFAS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES. 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: Price; Technical ( Technical capability will be evaluated based on offeror's ability to comply with the requirements as specified in the solicitation for CLINs 0001 and 0002). The Government may or may not award to the lowest-price offeror. For this requirement, all evaluation factors, other than price, when combined, are significantly more important than price. The Government intends to award a contract to the responsible offeror whose proposal offers the best combination of technical capabilities and proposed price (i.e. the best value). 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. 5. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-18 - Availability of Funds, 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003), 52.233-3 - Protest After Award (Aug 1996) and 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-001, Ceremonial Events; 11CONS-004, Environmental Compliance; 11CONS-007, Personnel Security Requirements; and 11CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. 6. All questions must be sent via electronic mail (email) to points of contact 2LT Titus Butler at titus.butler@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Questions shall be submitted no later than 12:00 PM EST, 10 March 2011, 12:00 PM EST. 7. All quotes must be sent via electronic mail (email) to points of contact 2LT Titus Butler at titus.butler@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Quotes shall be submitted no later than 12:00 PM EST, 17 March 2011, 12:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D0221040A003/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02394271-W 20110306/110304234743-960826cb51938e7eb832bea139f9ba9e (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.