Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOLICITATION NOTICE

91 -- See Amendment #3: RFQ Tinian International Airport, Tinian 90,000 USG (JA1) Delivery Between 07/09-29/2025; Quotes due NLT 9AM EST Monday, 06/23/2025

Notice Date
6/20/2025 7:32:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60525Q0281
 
Response Due
6/23/2025 6:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Brian Hobbs, Phone: 5712053420, Luis Beza-Cay, Phone: 8082652385
 
E-Mail Address
Brian.Hobbs@dla.mil, Luis.Beza-Cay@DLA.mil
(Brian.Hobbs@dla.mil, Luis.Beza-Cay@DLA.mil)
 
Description
Amendment #3 hereby amends the following: A. The QAP in Attachment B of JET FUEL A-1 has been updated with the latest edition dated JAN 2025. Please acknowledge and comply with new edition. B. As a result the solicitation will be extended to close on Monday, June 23rd, 2025 at 9AM EASTERN. C. All other terms and conditions remain unchanged. *Read the full updated Attachment B and make sure to follow the (d) SYNTHETIC BLEND COMPONENT (SBC) and CO-HYDROPROCESSED SYNTHESIZED KEROSENE part. Amendment #2 hereby amends the following: A. This Request for Quote (RFQ)'s closing date is hereby extended from June 11th, 2025 at 9AM EASTERN TIME to June 18th, 2025 at 9AM EASTERN TIME. B. All other terms and conditions remain unchanged. The following information is added in Amendment 0001: A. Regarding ISOtainers: the activity cannot store fuel at the seaport; once unloaded the ISOtainers must be transported to the airport. The 50k gal max still applies. Not storing ISOtainers at the seaport applies to empty ones as well; the trailers need to stay at the airport until ready to transport onto the barge for retrograde. B. Travel Route: Make sure to travel to the destination by �Canal St to Broadway�. C. All terms and conditions remain unchanged. 1. This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being provided; quotes are being requested and a written solicitation will not be issued. 2. This opportunity is UNRESTRICTED. The contract resulting from this procurement will be a Firm Fixed Price Purchase Order. The solicitation SPE605-25-Q-0281 is issued as a Request for Quote (RFQ). 3. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were provided in full text. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 dated 12 MAY 2025, DFARS change 01/17/2025, and Defense Logistics Agency Directive (DLAD) effective 2024-0906 and Defense Logistics Agency Procurement Instruction (DEPI) 04/2025. 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 offer. DPAS rating for potential award is DO. The text of the referenced clause and provision in this solicitation may be accessed electronically in full text at FAR - https://www.ecfr.gov/current/title-48, DFARS https://www.ecfr.gov/current/title-48/chapter-2/subchapter-A/part-201 and DLAD - https://www.acquisition.gov/dlad 4. Defense Logistics Agency-Energy is seeking to procure an estimated 90,000 US Gallons of Jet A-1 (JA1) for a 1 -month period. All responsible vendor/contractor sources may submit quote responses, which, if timely received, will be considered by the agency. 5. The period for acceptance of offers: Offerors agree to hold the prices in their offer firm for 60 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum. 6. Offer price should include all cost arising from performance of the contract requirement including applicable taxes and fees for which the US Government is not exempt. Offerors must submit pricing in unit/per USG format (USD/USG); example ($0.0000/USG). Description of Requirement: CLIN 0001 � The contractor shall provide, under line item 0001: 90,000 USG of JA1 (NSN: 9140-007535026 as defined by Attachment B- Quality Assurance Provisions C-QAPS) delivered by Tank Truck w/ Pump to: Tinian International Airport LAT: 14.9928 LONG: 145.6183 NORTHERN MARIANA NA 99999 Required delivery date: 07/09/2025 � 07/29/2025 Delivery will be f.o.b. destination. No. of Tanks Capacity Type Tank Location 9 6000 R-11s Delivery Hours: MONDAY-FRIDAY 0800-1200 | 1300-1700 Delivery Notes: Requesting 15x 6000 gallon ISO?containers of Jet A1 to be delivered to Tinian International Airport at the requested apron. The Presence and type of additives must be communicated ASAP. Jet fuel will be transferred from the ISO?containers to the R?11's by defueling with an R?11 Fuel Truck. ?The initial aviation fuel delivery of 50,000 gallons must be accomplished ON 11 July 2025. Requesting 40,000 gallons of resupply follow?on ON 19th July, if unable to deliver on 19th, then NLT 21st July ISO ATO, and remove all empty containers by 29 July. The initial aviation fuel delivery of 50,000 gallons must be accomplished ON 11 July 2025. The vendor must provide copies of the Certificates of analysis (CoA) or equivalent showing quantity, grade, API, temperature, and complete fuel specification according to current MIL STD?3004 for Jet A?1 and if applicable with static dissipator additive at the time of each delivery. Vendor shall bring one (1) Stainless Steel 3"" Male Camlock x 3"" Female Threaded adapter to enable a 3"" Female Camlock connection to connect to ISOtainers. Drivers must have all the paperwork and approvals necessary to enter Tinian International Airport. Require vendor to reconstitute all empty ISOtainers and potential disposition of residual fuel. All ISOtainers must be picked up and removed from Tinian IAP by 29 July 2025.[MR1] Delivery Location: Tinian International Airport LAT: 14.9928 LONG: 145.6183 BASIS FOR AWARD: The Government will award a Firm Fixed Price Purchase Order to the responsible offeror whose offer, conforming to the requirements in this Request for Quotes (RFQ) will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors: Technical, and Price. The provision at FAR 52.212-2 Evaluation-Commercial Products and Commercial Services and related addenda apply to this acquisition. The evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, and 2. Price. The contract award will be offered to the best value offer made to the Government, considering technical capability, and price. Award shall be made to the offeror, whose offer, is evaluated as the lowest price technically acceptable (LPTA). The government will evaluate information based on the following evaluation criteria: (1) technical capability factor ""meeting or exceeding the requirement listed in Attachment-B, and (2) price. The following factors and sub-factors will be used to determine technical acceptability: FACTOR (1) TECHNICAL CAPABILITY In order to be considered for award, an offeror must meet or exceed the technical capability standards as follows: The Government will evaluate an offeror�s technical capability on an Acceptable/Unacceptable basis. In order to be considered for award, an offer must meet or exceed the technical capability standards as follows: 1. Acceptable: An offer will be rated acceptable if it meets the requirements of the Solicitation, including the requirement schedule, product specification requirements, and delivery requirements. To meet these minimum requirements, an offeror must submit a Certificate of Analysis, supplier commitment letters and transportation agreements demonstrating that the offeror has secured arrangements that will enable it to support orders for the product(s) specified, in accordance with the requirement schedule, and consistent with the delivery requirements and all other terms and conditions in the Solicitation. Certificates of Analysis must contain the source information specification tested to, along with the test methods used for testing. The certificate must 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. 2. Unacceptable: An offer will be rated technically unacceptable if the offer does not meet the requirements of the solicitation. FACTOR (2) PRICE Proposed price should reflect a clear understanding of the requirements and should include all applicable taxes and fees. Offerors must submit pricing in USD/USG format. VENDORS ARE RESPONSIBLE FOR ENSURING ALL APPLICABLE TAXES AND FEES ARE INCLUDED IN THEIR QUOTED PRICES. FAR 52.211-16 VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: ____10%_____ Percent increase ____10%_____ Percent decrease This increase or decrease shall apply to ALL LINE ITEMS. FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Vendors shall include a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items with its quotation. A printout from sam.gov is acceptable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items applies to this acquisition. In paragraph (b) of FAR 52.212-5, the following apply: FAR 52.209-6, 52.219-28[HBSCDE(2] , 52.222-3, 52.222-19, 52.222-35, 52.222-36, 52.222-50, 52.223-18, and 52.225-13. The following provisions and clauses apply to this acquisition and are incorporated by reference: CLAUSES/ PROVISIONS DESCRIPTION FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-2 Evaluation of Commercial Items FAR 52.212-3 Offeror Representations and Certifications Commercial Items (DEVIATION 2025-O0004) FAR 52.212-4 Contract Terms & Conditions Commercial Items FAR 52.212-5 Contract Terms & Condition Required to Implement Statues or Executive Order Commercial Item (DEVIATION 2025-O0004) FAR 52.203-3 Gratuities FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-7 System for Award Management FAR 52.204-13 System For Award Management Maintenance FAR 52.204-16 Commercial And Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor Of Offeror FAR 52.204-21 Basic Safeguard Of Covered Contractor Information Systems FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contractingfir Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-27 Prohibition on a Bytedance Covered Application FAR 52.211-17 Delivery of Excess Quantities FAR 52.216-18 Ordering FAR 52.216-19 Order Limitations FAR 52.216-21 Requirements FAR 52.219-8 Utilization of Small Business Concerns FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-23 Sustainable Products and Services (DEVIATION 2025-O0004) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service Of Protest FAR 52.242-13 Bankruptcy FAR 52.246-2 Inspection of Supplies � Fixed Price FAR 52.247-34 F.O.B Destination FAR 52.252-2 Clauses Incorporated By Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistle Blower Rights DFARS 252.203-7005 Representation Relating To Compensation Of Former DOD Officials DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support DFARS 252.204-7016 Covered Defense Telecommunications Equipment Or Services Representation Basic DFARS 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services - Representation DFARS 252.204-7018 Prohibition on The Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System DFARS 252.209-7004 Subcontractors With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism DFARS 252.215-7007 Notice of Intent to Resolicit DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7021 Trade Agreements DFARS 252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations�Representation (Deviation 2024-O0006). DFARS 252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024-O0006 DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Deviation) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modification DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts For Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea DLAD 5452.233-9001 Disputes Agreement to Use Alternative Dispute Resolution THIS SOLICITATION INCLUDES THE FOLLOWING ATTACHMENTS: ? Attachment A � Special Instructions ? Attachment B � Quality Assurance Provisions (C-QAPS) ? Attachment C � DLA Energy Contract Text Quotations are due NLT 9:00AM Eastern Standard Time Wednesday, 18 June 2025. Send questions to Contract Specialists, Brian Hobbs at Brian.Hobbs@dla.mil and Luis Beza Cay at Luis.Beza-Cay@dla.mil and Contracting Officer, Katie Richardson at Mary.K.Richardson@dla.mil [MR3] . Email quotations to the contract specialist and DLAEnergyFEPAA@dla.mil no later than RFQ due date/time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ba861572faf4d2ba233c28cffd01f14/view)
 
Place of Performance
Address: Tinian, MP, USA
Country: USA
 
Record
SN07484314-F 20250622/250620230042 (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.