Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2025 SAM #8567
SPECIAL NOTICE

91 -- SOLICITATION: AMENDMENT SPE605-25-R-0208-0002 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)

Notice Date
5/9/2025 6:47:07 AM
 
Notice Type
Special Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60525R02080002
 
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 SPE605-25-R-0208 was updated with RFP SPE605-25-R-0208 Amendment 0001 and RFP SPE605-25-R-0208 Amendment 0002 is being issued to further clarify the solicitation requirements as follows: CONTRACTING RELATED 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 adjust the period of performance for an additional 10% quantity increase for each line item in accordance with FAR 52.217-6 and FAR 52.217-7 from 01 October 2030 to 31 March 2031 for administrative reasons. Awarding the 10% quantity increases for the adjusted period of performance 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 - Options Pricing Submission Spreadsheet. UPDATED ATTACHMENT S - Options Pricing Submission Spreadsheet is added as an excel spread sheet for submission into the DLA Energy PC&S Offer Entry Tool (OET). The Escalator Name/ID and Base Reference Price for SLIN lines listed below are CHANGED TO: SLIN NSN Product Code Escalator Name BRP - 01/02/2025 SLIN 0047 9140-002474366 FS1 Opis Daily Fairbanks NO1 $2.8700 SLIN 0103 9140-015245174 DS1 Opis Daily Seattle WAS NO1 ULS $3.3677 SLIN 0108 9140-015245174 DS1 Opis Daily Seattle WAS NO1 ULS $3.3677 SLIN 0111 9140-015245174 DS1 Opis Daily Anchorage AK NO1ULS $2.5563 SLIN 0129 9140-015245174 DS1 Opis Daily Fairbanks NO1 ULS $2.7833 SLIN 0136 9140-015245174 DS1 Opis Daily Seattle WAS NO1 ULS $3.3677 The correct Escalator Name and Base Reference Price for the lines below are SLIN NSN Product Code Escalator Name BRP - 01/02/2025 SLIN 0038 9140-002474366 FS1 Opis Daily Anchorage AK NO1 $2.6500 SLIN 0039 9140-002474366 FS1 Opis Daily Fairbanks NO1 $2.8700 SLIN 0052 9140-002474366 FS1 Opis Daily Anchorage AK NO1 $2.6500 SLIN 0070 9140-002474366 FS1 Opis Daily Fairbanks NO1 $2.8700 SLIN 0109 9140-015245174 DS1 Opis Daily Fairbanks NO1 ULS $2.7833 Solicitation Line Items below for the Coast Guard Exchange � Kodiak, Kodiak Island has been deleted and removed in its entirety from the Alaska PC&C Program 3.9 LINE ITEM NSN PRODUCT CODE QUANTITY SLIN 0160 9130-001487103 GASOLINE,AUTOMOTIVE (MUR) 372,818 USG SLIN 0161 9130-001487104 GASOLINE,AUTOMOTIVE (MUP) 40,425 USG SLIN 0162 9140-015240139 DIESEL FUEL (DS2) 63,940 USG SUMMARY OF OFFER SUBMISSION REQUIREMENTS: The Compliance Report, Supplier Performance Risk System (SPRS) rating of NIST SP 800-171 Assessment requirement 1. Compliance Report, NIST SP 800-171 DoD Assessment, Supplier Performance Risk System (SPRS) Under the DoD�s streamlined process for evaluating Past Performance under acceptable source selection process, ratings of Acceptable and Unacceptable will be used. The contracting officer will review the Compliance Report, NIST SP 800-171 DoD Assessment, Supplier Performance Risk System (SPRS) rating standards using the website: https://www.sprs.csd.disa.mil/. The Compliance Report, NIST SP 800-171 DoD Assessment, Supplier Performance Risk System (SPRS) rating of NIST SP 800-171 Assessment found with an active assessment score of 110 and above or an active assessment score lower than 110 with a Plan of Action completion date will equate to an Acceptable rating. An inactive or no assessment found in The Compliance Report, NIST SP 800-171 DoD Assessment, Supplier Performance Risk System (SPRS) will equate to an Unacceptable rating and will not be considered for further award evaluation. IS HEREBY REMOVED FROM INSTRUCTIONS FOR PAST PERFORMANCE INSTRUCTIONS FOR PAST PERFORMANCE is changed to READ Factor 1: Past Performance Note: Offerors Past performance information will be obtained by the Government through any other source available to the Government which may include: 1. Past Performance, Best Value, Supplier Performance Risk System (SPRS) 2. Contractor Performance Assessment Reporting System (CPARS) 3. SAM.GOV Federal Awardee Performance and Integrity Information System (FAPIIS) 4. Databases, management agency, and interviews with program managers, contracting officers, or fee determining officials. The Government will use information provided by the offeror, established centralized past performance database systems and sources other than those identified by the offeror such as the Contractor Performance Assessment Reporting System (CPARS), SAM.GOV Federal Awardee Performance and Integrity Information System (FAPIIS), and /or other databases; and from Management Agency, interviews with program managers, contracting officers, or fee determining officials. Factor 3: Price HAS BEEN UPDATED TO INCLUDE PRICE EVALAUTION PROCESS In accordance with FAR 52.217-6, the quantity increase for each Option line item will be 10% of the base contract line item quantity/requirement. For example, the quantity for the base line item is 10,000 gallons multiplied by 10% would equal an Option quantity of 1,000 gallons. The total price of the Option will be calculated by multiplying the Option quantity by the Option unit price. An example of the calculation of total price of the Option is below. Example: The Option quantity of 1,000 gallons multiplied by the Option unit price of 2.50/gallon = $2,500.00 which is the total price of the Option. Each line item number for the base contract period (5-years) has a correlating Option line item number. In accordance with FAR 52.217-7, the ordering period for the Option line items (as identified in �Attachment S � Options Pricing Submission Spreadsheet�) is: 01 October 2030 through 31 March 2030. In accordance with FAR Part 52.217-5 Evaluation of Options, for award purposes, the total price for the Option line item will be added to the total price of the basic line item/requirement. Evaluation of option does not obligate the Government to exercise the option(s). Example of the calculation of the evaluated price is below. The total Option (line item) price is $2,500.00 + the total price of the basic requirement is $10,000 = $12,500.00 which is the total evaluated price. The total evaluated price, including options for quantity increases under FAR 52.217-6 and additional ordering period under FAR 52.217-7, and all other non-priced factors will be considered as part of the award decision Except as provided in this Amendment, all other terms and conditions set forth under solicitation SPE605-25-R-0208 and SPE605-25-R-0208 amendment 0001 remain in-force and unchanged.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa60182081674e50ad022589b7b23db6/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN07437615-F 20250511/250509230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.