SPECIAL NOTICE
91 -- SOLICITATION: AMENDMENT SPE605-25-R-0208-0001 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
- Notice Date
- 5/2/2025 2:22:15 PM
- Notice Type
- Special Notice
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60525R02080001
- Response Due
- 6/5/2025 7:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- SANDRA A SMALLWOOD, Phone: 8047740904, Kimberly Binns, Phone: 57173637606
- E-Mail Address
-
sandra.smallwood@dla.mil, kimberly.binns@dla.mil
(sandra.smallwood@dla.mil, kimberly.binns@dla.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- Offerors must acknowledge receipt of this amendment by filling out block 8, and signing and dating blocks 15A, 15B, and 15C (on page 1), and submit in the DLA Energy PC&S Offer Entry Tool (OET). RFP SPE60525R0208 Amendment 00001 is being issued to clarify the solicitation requirements as follows: CONTRACTING RELATED PERIOD OF PERFORMANCE: Is hereby Changed to Read A. PERIOD OF PERFORMANCE: The ordering and delivery period for all items is 01 October 2025, through 30 September 2030, with a thirty-day delivery carryover period through 30 October 2030, and a onetime option to extend the contract six (6) Months in accordance with FAR 52.217-6 and FAR 52.217-7 from 01 October 2030 to 31 March 2031. Price for the Six (6) Months option extension is in the event the contract needs to be extended beyond 30 September 2030 for administrative reasons. Awarding the six (6) month extension does not obligate the Government to exercise the option. If an offer is submitted on the Solicitation Lines for the 5 year delivery period then an offer must be submitted for the same Solicitation Lines on the Attachment S- Alaska Six Month Extension Quoted Offer excel spread sheet. ATTACHMENT S - ALASKA SIX MONTH EXTENSION QUOTED OFFER is added as an excel spread sheet for submission into the DLA Energy PC&S Offer Entry Tool (OET). SUMMARY OF OFFER SUBMISSION REQUIREMENTS is changed to add (3) The following clauses listed below are all required to be returned completed with your proposal under ATTACHMET Q � Offeror Submission Packet OSP SECTION I CONTRACT CLAUSES FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Product and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) (16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). Is hereby added to the solicitation Notice of Price Evaluation preference for HUBZone Small Business Concerns (Oct 2022) (a)Evaluation preference. (1)Offers will be evaluated by adding a factor of 10 percent to the price of all offers, except- (i)Offers from HUBZone small business concerns that have not waived the evaluation preference; and (ii)Otherwise successful offers from small business concerns. (2)The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor. (3)When the two highest rated offerors are a HUBZone small business concern and a large business, and the evaluated offer of the HUBZone small business concern is equal to the evaluated offer of the large business after considering the price evaluation preference, award will be made to the HUBZone small business concern. (b)Waiver of evaluation preference. A HUBZone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. ? Offeror elects to waive the evaluation preference. (c)Joint venture. A HUBZone joint venture agrees that, in the performance of the contract, at least 40 percent of the aggregate work performed by the joint venture shall be completed by the HUBZone small business parties to the joint venture. Work performed by the HUBZone small business parties to the joint venture must be more than administrative functions. (End of Clause) (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). Is here by deleted from the solicitation (19) (i) 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). Is here by added to the solicitation 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-6 Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the basic contract ordering period. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989). The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the basic contract ordering period. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS Is updated to include Eareckson Air Station (Eareckson), a remote island of Shemya method of delivery requirements. Proposals submitted for Eareckson Air Station (Eareckson), a remote island of Shemya must be submitted for all fuel products at this location for both �Normal� method of delivery and �Alternate� method of delivery. Reference line items 0014 (MUR), and 0154 (DS1), and 0168 (JA1); and line items 00165 (MUR), and 0167 (DS1), and 0169 (JA1) location: Eareckson Air Force Station (AFS) on Shemya Island, Alaska. a. In year 2020, the pier at Shemya sustained major damage due to a strong winter storm in the Bering Sea. The pier at Eareckson is the only dock on the island and is the means by which petroleum and all other classes of supply are received. The pier requires extensive/lengthy repairs. b. Due to the damage at the pier, �normal� barge deliveries are not possible. The pie at Shamya is currently undergoing repairs; however, the repairs will be lengthy. At this time, it is not known how long the repairs will take. c. Because the Government does not know how long the repairs to the pier will take, the Government is going to have six (6) line items for the Eareckson/Shemya requirement. The three (3) line items listed on the solicitation are 0014 (MUR), 0154 (DS1), and 0168 (JA1); have a narrative for a �normal� barge delivery. The other three (3) line items listed in the solicitation are 0165 (MUR), and 0167 (DS1), and 0169 (JA1) are the same products as the current line items: MUR, DS1, and JA1 at Eareckson/Shemya using an �alternate method of delivery� requirement. The narrative will discuss the delivery that takes the damage to the pier into consideration. d. There will be two (2) different scenarios for delivery for the Eareckson/Shemya location utilizing two (2) different delivery methods. (1) The first method of delivery, and is the preferred method, is a �normal� barge delivery, meaning the scenario for delivery would be the repairs to the pier are complete and a �normal� barge delivery is possible (in other words, the delivery would be business as usual for a barge delivery to Shemya). Vendors submitting proposals for line items 0014, 0154, and 0168 will submit proposals using a �normal� barge delivery. (2) For the second delivery method, vendors are asked to submit proposals for line items 0165, 0167, and 0169 using an alternative delivery method that would take into consideration the current condition (damage) of the pier. The alternative delivery method would be method chosen by the vendor; the Government does not have a preferred �alternative� method, it is purely the choice of the vendor. A detailed description of the methodology must be provided in the proposal. This alternative method would be the method used for delivering the same three (3) fuel products currently required in the solicitation (MUR, DS1, and JA1). When preparing proposals for the Eareckson/Shemya line items using an alternative delivery method, vendors shall take into consideration the below information. i. A construction contract is currently in place as a temporary fix of the pier to accommodate berthing and to retrieve located pier debris from the ocean floor which could be a navigational hazard. ii. Due to potential UXO hazards, no anchoring is recommended in Alcan Harbor area unless a cleared area is established. iii. Currently the necessity to have early or modified delivery of the fuel required for the year is due to pier construction. There is a possibility that beach landing delivery may be required, which could be caused by yet future storm impact on an already vulnerable pier or major problem with repairs. iv. Fuel vendor is to presume construction on pier will be taking place and coordination for wharfing fueling operations will be required, POC is USAF Pacific Regional Support Center. v. If new construction or further extensive repair construction is required, modified delivery schedules and beach landing deliveries may be required which would have new receiving points and need a filter system to account for the delivered flow. vi. Vendors who do not submit proposals for line items 0014, 0154, and 0168, will not be permitted to submit offers on the pending three (3) line items 0165, 0167, and 0169 for the alternative delivery method described above. In other words, you must submit an offer on the line items already listed for Eareckson/Shemya to be able to submit an offer for the forthcoming line items for Eareckson AFS. NOTE: The current Eareckson AFS line items are not �all or none� line items. In other word vendors do not have to submit an offer on all three (3) line items. However: If offer is provided for line item 0014 then you must also provide an offer for line item 0165 If offer is provided for line item 0154 then you must also provide an offer for line item 0167 If offer is provided for line item 0168 then you must also provide an offer for line item 0169 SOLICITATION LINE 0168 and SOLICITATION LINE 0169 Has been updated to include: Quantity:18,492,000.000 UG6 Period of Performance: 10/01/2025-09/30/2030 Escalator: PDSEATJET - PLATTS DAILY SEATTLE JET Base-Ref: 01/02/2025 Base-Price: 2.4215 NSN Delivery Identification State 9130-007535026 (JA1) EARECKSON - EARECKSON AFB AK TURBINE FUEL,AVIATION Delivery Mode Notes: Barge Mode Receipt % Max Parcel Min Parcel FOB Restriction BARGE No. of Tanks Capacity Type Tank Location 1 2398282 ABOVE GROUND TANK(S) BULK STORAGE FACILITY (TANK 125) 1 1263767 ABOVE GROUND TANK(S) BULK STORAGE FACILITY (TANK 123) 1 2390956 ABOVE GROUND TANK(S) TBULK STORAGE FACILITY (TANK 124) Delivery Hours: 24 HOURS MONDAY - SUNDAY Delivery Notes: Fuel will be inspected at Origin and accepted at destination POC Lee Harmening, lee.harmening@us.af.mil, ph 1-(907)-552-2073 Bulk Tank data has been reported/updated in the IAWT (Inventory Accountability Web Tool). Eareckson AFS is typically resupplied twice a year (via barge) during summer months Apr-Sept due to austere weather conditions in Alaska. This requirement is for a Destination barge contract. Additionally, the JA1 fuel requires FSII, SDA and CI additives with QAR inspection at loading. Delivery Notes: LAYTIME IS 72 HOURS. THERE WILL BE AN ADDITIONAL 4 HOURS LAYTIME TO ALLOW FOR SAMPLING AND TESTING OF CARGO BY THE RECEIVING ACTIVITY. FOB DESTINATION BARGE WITH PRICING BASED ON THE LOAD DATE; TO FACILITATE THE PAYMENT TERMS, THE DATE BARGE IS LOADED BY THE VENDOR SHALL BE USED IN THE ""COMMENCE DATE"" FIELD OF THE RECEIPT PROCESSED (ON THE DATE RECEIVED) IN THE DLA ENERGY APSR (FUELS MANAGER DEFENSE). THE DATE LOADED IS INCLUDED ON THE VENDOR�S DELIVERY BILL OF LADING (BOL) FOR EVIDENTARY MATTER. ESTIMATED DELIVERY PERIODS: MAR APR and MAY JUN OF EACH YEAR. IF THE CUSTOMER REQUIRES ADDITIONAL FUEL AND NEEDS A THIRD DELIVERY, THE CUSTOMER MUST NOTIFY THE VENDOR BY APRIL 15TH TO SCHEDULE AN AUGUST DELIVERY. Delivery Mode Notes: PRODUCT WILL BE PIPELINED FROM THE DOCK TO THREE TANKS Delivery Ticket Notes: Special Messages: PAY ON LOAD DFSP/E-Plant: (Into-Stock/Bulk/Capitalized) Troy Seaman, 907-392-4848, troy.seaman@chugachgov.com Delivery POC Name: TSgt James Bailey, 907-552-3793, james.bailey.23@us.af.mil Certify information to be correct and that I'm an authorized requestor: Seth Dempcy, MSgt, DSN 552-6416, seth.dempcy@us.af.mil NOTE 1: ANY BARGE OFFERED FOR TRANSPORTING JA1 SHALL HAVE THE JA1 CARGO SYSTEMS CLEANED WHENEVER THE FOLLOWING CONDITIONS EXIST: (1) THE CARGO SYSTEMS TO BE USED FOR JA1 HELD BALLAST BETWEEN THE PRIOR CARGO DISCHARGE AND THE CURRENTLY SCHEDULED JA1 CARGO. (2) THE CARGO TO BE LOADED IS JA1 AND THE PREVIOUS CARGO WAS OTHER THAN JA1. (THE GOVERNMENT MAY ALLOW JA1 TO BE LOADED AFTER COMMERCIAL AVIATION FUEL BUT EACH CASE MUST BE EVALUATED BY THE CONTRACTING OFFICER IAW CLAUSE E35). (3) THE BARGE HAS BEEN IN DRY DOCK OR REPAIRS HAVE BEEN PERFORMED ON ANY OF THE CARGO SYSTEMS TO BE USED FOR JA1. NOTE 2: IF A BARGE HAS BEEN CLEANED DUE TO THE CIRCUMSTANCES IN NOTE 1 ABOVE OR IF REQUESTED BY DESC THE CONTRACTOR IS RESPONSIBLE FOR ENSURING THAT THE BARGE IS GAS-FREE AND READY FOR ENTRY INSPECTION BY THE DE SC QAR. WHEN THE CONDITIONS IN NOTE 1 DO NOT EXIST THE CONTRACTOR IS STILL RESPONSIBLE FOR DETERMINING THE NEED TO CLEAN THE APPROPRIATE CARGO SYSTEMS IN ORDER TO MAKE THEM SUITABLE TO LOAD JA1. NOTE 3: ALL BARGES TRANSPORTING JA1 SHALL HAVE POSITIVE SEGREGATION (SYSTEM BLINDS OR DOUBLE-VALVE SEGREGATION) BETWEEN CARGOES TO ENSURE THAT JA1 IS NOT COMMINGLED WITH OTHER PROD UCTS. ALL JA1 CARGO SYSTEMS SHALL BE SEALED USING SERIALLY NUMBERED SEALS TO ENSURE CARGO ISOLATION AND SECURITY AND ALL SEAL NUMBERS SHALL BE RECORDED ON THE SHIPPING DOCUMENT. NOTE 4: THERE MAY BE OCCASIONS WHEN IT WILL BE NECESSARY FOR THE CONTRACTOR TO TRANSPORT GOVERNMENT-FURNISHED RUNWAY DE-ICIER TO SHEMYA AND KING SALMON FOR THE AIR FORCE. ON SUCH OCCASIONS THE DE-ICER SHALL BE CARRIED IN APPROPRIATE CONTAINERS ON THE DECK NOT IN THE CARGO TANKS. IN ADDITION BEFORE ANY JA1 IS LOADED ON A BARGE THAT HAS CARRIED DE-ICER THE CONTRACTOR SHALL ENSURE THAT THOSE CARGO SYSTEMS THAT CONTAINED DE-ICER HAVE CARRIED FOUR CARGOES OTHER THAN DE-ICER. NOTE 5: TESTING REQUIREMENTS: (1) LOADING: IN ADDITION TO THE TESTING REQUIRED BY CLAUSE E1 TABLE 1 JFTOT SHALL BE PERFORMED ON EACH BARGE COMPOSITE SAMPLE AFTER LOADING. IT IS THE CONTRACTORS OPTION TO WAIT FOR THE TEST RESULTS PRIOR TO THE BARGES DEPARTURE BUT IF ANY OF THE TESTS FAIL THEPRODUCT WILL NOT BE ACCEPTED AT DESTINATION. (2) DISCHARGE: AT DESTINATION THE GOVERNMENT SHALL BE ALLOWED TO SAMPLE AND TEST THE BARGE PRIOR TO DISCHARGE. FOUR HOURS HAVE BEEN INCLUDED IN THE LAY TIME CITED IN CLAUSE F16.04 TO ALLOW FOR SUCH SAMPLING AND TESTING. Delivery Ticket Notes: Yes SECTION M - EVALUATION FACTORS FOR AWARD FAR 52.212-2 -- Evaluation -- Commercial Product and Commercial Services (NOV 2021) EVALUATION OF PROPOSALS INSTRUCTIONS FOR PAST PERFORMANCE is Updated to include: 1. The Past Performance Attachment L and Attachment M is due no later than the proposal due date. Past Performance Information shall be provided in a format that facilitates an easy assessment according to the past performance evaluation criteria in Evaluation Criteria, of this solicitation. Specific guidelines and requirements about volume content and format are provided in this section. 2. Past Performance Recency. Offerors shall submit performance information on contracts considered recent IAW, 52.212-2 Evaluation � Commercial Items of this solicitation. 3. Past Performance Relevancy. Offerors shall submit performance information on contracts considered relevant to this effort. This information should include rationale supporting your assertion of relevance IAW 52.212-2 Evaluation � Commercial Items of this solicitation. 4. Past performance information. The Offeror (prime contractor) shall include a list of contracts similar in scope, size, and complexity, currently on-going or completed during the past three (3) years from the date of solicitation issuance. The list shall be limited to at least three (3), but no more than four (4) contracts. If the Offeror submits past performance on an affiliate, subsidiary or subcontractor, the past performance shall state how the affiliate, subsidiary or subcontractor will perform on the current solicitation requirements and how the offeror controls/obligates the affiliate, subsidiary, or subcontractor. Each reference shall include the following: a. Company/division name b. Description of service and a detailed narrative of relevance to this requirement c. Contracting agency d. Current points of contact to include name, address, telephone number, and email address for each reference e. Contract type f. Contract award date and period of performance g. Contract amount (annually and life cycle) cost; if the contractor performed an affiliate, subsidiary, or subcontractor under the contract submitted for evaluation, specify the per year cost and life cycle cost for the portion of work performed by the contractor) 5. Past Performance Questionnaire log including the name, address, telephone number, and email address for each POC to whom the Past Performance Questionnaire was sent for completion. 6. The Government may contact the references to verify information and/or gather additional information. References provided should address the contractor�s performance in the requirements of this solicitation. 7. Past Performance Questionnaires (Attachment L) and return the responses with its offer. Offerors shall complete Section 1 of the References Past Performance Questionnaire (PPQ) (Attachment L) and send to each of the Offeror�s references identified in the questionnaire log. The Past Performance Questionnaire shall be completed by the cognizant Contracting Officer/Agency the Offeror contracted with and emailed directly to the Contract Specialist and Contracting Officer. Note: The Contracting Officer will not accept surveys emailed by the Offeror. Offerors should use every diligent effort to follow-up with each Office/Agency to ensure the Contracting Officer receives the past performance questionnaires no later than the offer due date/time. The responsibility to send out the Past Performance Questionnaire rests solely with the Offeror. Once the questionnaires are completed by your reference points of contact, the information therein shall be considered procurement sensitive and shall not be released to you, the Offeror. If an affiliate, subsidiary, or subcontractor is offered as part of the proposal for the completion of this contract, then the offeror must demonstrate how the resources of the subsidiary, affiliate or subcontractor will affect the successful completion of the current solicitation. Completed Past Performance Questionnaires should be submitted via email to Sandra.Smallwood@dla.mil. 8. Contractor Past Performance Data Sheet (Attachment M) - Please submit at least three (3) different entries on the requested information for government and non-government contracts or subcontracts held (not to exceed 3 years since completion) for contracts that are similar to the requirements of this solicitation. Those contracts and/or subcontracts submitted may include those still in progress, however they should have a minimum of one year�s performance history. 9. Affiliate, Subsidiary or Subcontractor Consent (if applicable). Past performance information pertaining to an affiliate, subsidiary, or subcontractor cannot be disclosed to the prime Offeror without the affiliates, subsidiaries, or subcontractor�s consent. Provide a letter from your proposed affiliate, subsidiary or subcontractor(s) that will perform principal aspects of the requirement consenting to the release of their past performance information to the prime contractor. 10. The Government reserves the right to obtain information relative to present and past performance on its own. If you are aware that one or more of your contracts is in the Contractor Performance Assessment Reporting System (CPARS) and specifically relates to the requirements in this acquisition, please provide this information. Past performance information may also be obtained by the Government through the Federal Awardee Performance and Integrity Information System (FAPIIS), Supplier Performance Risk System (SPRS) rating standards using the website: https://www.sprs.csd.disa.mil/. The Compliance Report, Supplier Performance Risk System (SPRS) rating of NIST SP 800-171 Assessment, interviews with Program Managers, Contracting Officers, or any other source available to the Government. FACTOR 2 TECHNICAL CAPABILITY IS CHANGED FROM is changed from: Offerors shall provide certificates of quality for each fuel type from their supplier/refinery or from their storage tanks with their offer. In order for the offeror to demonstrate that they possess the capability to provide the fuel which meets the required specification(s), the offeror must present either a current, full specification Refinery Certificate of Quality (COQ) or if sourcing from a location which blends several batches from more than one refinery source (terminal), a current, full specification, Certificate of Analysis (COA), of that blended product. COA will contain the source information specification tested to, along with the test methods used for testing. The certificate will also be signed and stamped by the laboratory manager and be within 30 days of submission from a batch out of the terminal storage tank(s) or refinery batch tank(s) to be used for actual supply. Failure to provide the full specification Refinery Certificate of Quality (COQ) or if sourcing from a location which blends several batches from more than one refinery source (terminal), a current, full specification, Certificate of Analysis (COA), of that blended product. Not providing either COA or COQ will result in an unsuccessful submission of your offer. Changed to Update: Offerors shall provide certificates of quality for each fuel type from their supplier/refinery or from their storage tanks with their offer. In order for the offeror to demonstrate that they possess the capability to provide the fuel which meets the required specification(s), the offeror must present either a current, full specification Refinery Certificate of Quality (COQ) or if sourcing from a location which blends several batches from more than one refinery source (terminal), a current, full specification, Certificate of Analysis (COA), of that blended product. COA will contain the source information specification tested to, along with the test methods used for testing that meet the Government�s specification standards as stated in the applicable Quality Assurance Provision (QAP) provided in Attachment F - Quality Assurance Provisions C-QAPs. Offerors submitting offers for fuel requiring additives shall provide a COA or COQ stating the level of each additive in the fuel. For Example; if the requirement is for Turbine Fuel, Aviation Jet A-1 (NSN: 9130-00-753-5026) with additives FSII, SDA, and CI/II, the levels for each additive (per gallon) must be stated. Certificates of Analysis will contain the source information specification tested to, along with the test methods used for testing. The certificate will also be signed and stamped by the laboratory manager and be within 30 days of submission from a batch out of the terminal storage tank(s) or refinery batch tank(s) to be used for actual supply. Failure to provide the full specification Refinery Certificate of Quality (COQ) or if sourcing from a location which blends several batches from more than one refinery source (terminal), a current, full specification, Certificate of Analysis (COA), of that blended product will result in an unsuccessful submission of your offer. Certify that the Offeror has transportation assets capable of meeting the requirement or a copy of the transportation agreement(s) from the subcontractor of the company that will be delivering fuel to the delivery point. Supplier Letters of Commitment for each type of fuel offered are required to be submitted with your offer. Letters of commitment must state the product offered, total quantity of the product, the specification, the source of supply, the length of time the commitment letter is good for, the solicitation it apply to, placed on the supplier letterhead, stamped and signed by an official of either of those entities. Note: New vendors who have had no previous contracts with DLA Energy, a pre-award survey will be conducted. In addition, the Government will request that offerors provided commitment letters from its suppliers. The Government will also request copies of the transportation agreements with the offeror�s transportation subcontractors. Offerors are required to submit such commitment letters and transportation agreements with their initial offers. FACTOR 3: PRICE PRICE EVALUATION FACTOR is changed to include: In reference to line items listed in the solicitation that is not Set Aside for Small Businesses FAR 52.219-4 Notice of Price Evaluation preference for HUBZone Small Business Concerns (Oct 2022) shall apply. 1. HUBZone small business concerns shall have evaluation preference and will be evaluated by adding a factor of 10 percent to the price of all large business offer. The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor. When the two highest rated offerors are a HUBZone small business concern and a large business, and the evaluated offer of the HUBZone small business concern is equal to the evaluated offer of the large business after considering the price evaluation preference, award will be made to the HUBZone small business concern. 2. Evaluation of the offered unit price per gallon for each individual line item will be multiplied by the estimated quantity stated in the solicitation schedule attachment A and a 10% price evaluation preference shall be added to the price for line items offered by a large business if a HUBZone small business also offered on the same line item. The lowest price will be determined by evaluating offers on a line item-by-line item basis. Each line item will be evaluated and awarded independently from all other line items. 3. Offerors are reminded that all proposed unit prices shall include all applicable taxes and duties, except taxes and duties that the Government of the United Sates and the government of the country concerned have agreed shall not be applicable to expenditures in such country by or on behalf of the United States. 4. In accordance with FAR 52.217-5, Evaluation of Options, for award purposes, the total price for the option will be added to the line item�s total price of the basic requirement. Evaluation of option does not obligate the Government to exercise the option(s). Option Quantity: In accordance with FAR 52.217-6, the Government will evaluate offers for a potential option quantity for six(6) month quantity for each awarded product line item as outlined in Attachment S - Alaska Six (6) Month Extension Requested Price Offer Excel Spreadsheet. Option Period: In accordance with FAR 52.217-7, The Government will evaluate offers for a potential option period of 01 October 2030 through 31 March 2031, plus a 30 day delivery period that will end on 30 April 2031 for each awarded line item as outlined in Attachment S Alaska Six (6) Month Extension Requested Price Offer Excel Spreadsheet. The six (6) month extension period in accordance with FAR 52.217-6 and FAR 52.217-7 for each line item will be evaluated in the same manner as above in line (2) by multiplying the offered unit price against an estimated quantity for the six (6) month period and a 10% price evaluation preference shall be added to the price for line items offered by a large business if a HUBZone small business also offered on the same line item. Evaluation of extensions does not obligate the Government to exercise option. The total evaluated price, including the option for quantity increase under FAR 52.217-6 and additional ordering periods under FAR 52.217-7, and all other non-price factors will be considered as part of the award decision. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Proposed prices shall reflect a clear understanding of the requirement(s) and is consistent with various elements of the requirement for each offered. Note: While non-price factors are not evaluated under the specific section, the government reserves the right to consider non-priced factors as described elsewhere in this solicitation when making the final award decision. Offerors are forewarned: An offer meeting the solicitation requirements with lowest evaluated price may not be selected for award if a higher evaluated prices proposal�s non-price factors determine their offer most advantageous to the Government. The resultant price will be the total offer price that the government will evaluate for the purposes of contract award. The missing/correct Escalator ID and Base Reference Price for the lines below are changed to: SLIN 0038 Escalator ID ODACRG1 BRP 2.6500 SLIN 0039 Escalator ID ODFBNK1 BRP 2.8700 SLIN 0052 Escalator ID ODACRG1 BRP 2.6500 SLIN 0070 Escalator ID ODFBNK1 BRP 2.8700 SLIN 0109 Escalator ID ODFBNK1UBRP 2.7833 SLIN 0123 Escalator ID ODFBNK1U BRP 2.7833 SLIN 0168 Escalator ID PDSEATJET BRP 2.4215 SLIN 0169 Escalator ID PDSEATJET BRP 2.4215 CUSTOMER WILL ACCEPT DS1/DS2 BLENDED FUEL WHEN DS1 IS NOT AVAILABLE For: KODIAK LOCATIONS SLIN 0106 ANT KODIAK - CAPE HINCHIN SLIN 0126 BASE KODIAK - KODIAK HOUSING SLIN 0141 ADQ KODIAK CUSTOMER WILL ACCEPT DS1/DS2 BLENDED FUEL WHEN DS1 IS NOT AVAILABLE For: PETERSBURG LOCATIONS SLIN 0098 SLIN 0148 CUSTOMER WILL ACCEPT DS1/DS2 BLENDED FUEL WHEN DS1 IS NOT AVAILABLE For: KETCHIKAN LOCATIONS SLIN 0124 SLIN 0125 Solicitation Lines for DS1 and DS2 Diesel Fuel that requires Off Road Use are listed in ATTACHMENT T- DS1 and DS2 Diesel Fuel are for Off Road Use PROPOSALS A. QUESTION AND ANSWER PERIOD: To encourage maximum participation on ALL line items a question and answer period has been established. Starting from the issue date of this solicitation to 16 May 2025; 10:00p.m. Eastern Standard Time (EST) TIME SPECIFIED FOR RECEIPT OF OFFERS: Please note that all required documents to be submitted as part of an Offeror�s proposal shall be received, as stated no later than: 05 June 2025; 10:00PM Eastern Standard time (Ft. Belvoir, VA Local Time). All other terms and conditions set forth under solicitation SPE605-23-R-0208 remain in-force and unchanged.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ba92b2a7499456597ff50cff3db77e3/view)
- Place of Performance
- Address: AK, USA
- Country: USA
- Country: USA
- Record
- SN07429103-F 20250504/250502230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |