Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8, 2000 PSA #2743
SOLICITATIONS

91 -- DIESEL FUEL, DF2 & JET FUEL AVIATION, JA1

Notice Date
December 6, 2000
Contracting Office
Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft Belvoir, VA 22060-6222
ZIP Code
22060-6222
Solicitation Number
SP0600-01-R-0029
Response Due
December 20, 2000
Point of Contact
Bill Chambers, Commodity Business Specialist, 703-767-9518; Annette M. Brim, Contracting Officer, 703-767-9537
E-Mail Address
click here to contact the commodity business specialist, (bchambers@desc.dla.mil, abrim@desc.dla.mil)
Description
DESC: Synopsis/Solicitation Issued December 6, 2000 PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASSCOD: 91 Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 Diesel Fuel, DF2 & Jet Fuel Aviation, JA1 SOL: SP0600-01-R-0029 DUE: December 20, 2000 POINTS OF CONTACT: Bill Chambers, bchambers@desc.dla.mil, 703-767-9518, or Annette M. Brim, abrim@desc.dla.mil, 703-767-9537 WEB ADDRESS: http://www.desc.dla.mil/main/p/grfuels/gfi&ii.htm DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented by 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 SP0600-01-R-0029 is issued as request for proposals. The solicitation document and incorporated provision are those in effect through Federal Acquisition Circular 97-14 effective November 23, 1999. DESC intends to evaluate offers and award a contract without discussions with offerors. Therefore, offerors'initial offer should contain their best terms from a price and technical standpoint. High sulfur diesel fuel #2, DF2, NSN: 9140-00-286-5294, ASTM D 975, Jet Fuel, Aviation, JA1 with blended additives (FSII and SDA), NSN: 9130-00-753-5026, ASTM D 1655 (Latest Revision). Ordering period is January 07, 2001 through May 30, 2001. The following line items are solicited: Base Camp Location, Las Gracias, Lempira Dept (Item 105), 2,500 GL of DF#2 required to Port Cortez approximately January 7 -- 8, 2001. DF#2 deliveries required no later than 1200. 105-34, DF#2, est. qty 160,000 gallons delivered by Tank Wagon w/pump into 1/10,000 GL collapsible bag and 1/2,500 GL HEMMT; 105-03, Jet A1, est. qty 40,000 gallons delivered by Tank Wagon w/pump into 1/2,500 GL HEMMT. The provision at 52.212-1 -- Instructions to Offerors-Commercial, applies to this acquistion. Offerors are advised to include a completed copy of 52.212-3, Offeror Reqresentations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The Government contemplates award of a Requirements Type, Fixed Price with Economic Price Adjustment contract resulting from this solicitiation. In accordance with Clause B19.37, ECONOMIC PRICE ADJUSTMENT -- MARKET PRICE, the prices will escalate/de-escalate cent for cent or any fraction thereof with any change in PLATT'S OILGRAM Price Reqport, US Gulf Coast, #2, Waterbourne for DF2 and Jet Kero 54, Waterbourne for JA1. Offer prices should be based on the reference price in effect on November 6, 2000, which is as follows: $0.8887 for DF2, diesel fuel, and $0.9387 for JA1, Jet Aviation Fuel. Offer prices should include the applicable taxes (including IVA) and transportation rates. However, DESC requests that offerors specify 1)the name of the taxes, with respective amounts, 2)the applicable transportation rate, and 3)the total transportation rates, which are included in the offer prices. Please submit your initial offer in both Honduran lempiras/usg and US dollars/usg. All offerors are responsible for submitting an offer in accordance with the appropriate importation regulations, taxes, duties, subsidies and other regulations of the government of Honduras. Offeror's written proposals should be submitted in English, in US dollars per gallon and signed by an authorized company official. Proposals must be received by 3PM, local Ft. Belvoir, VA, US time on December 20, 2000. Please submit your offer via fax. Your fax should be addressed to the BID CUSTODIAN/DESC-PCC/RM 3729/FAX#(703)767-8506. Please note the solicitation number (SP0600-01-R-0029) on the fax. This solicitation incorporates the following clauses in full text: L2.28 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (DESC OCT 1999) (a) 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 quotations 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 informaiton with its quotation or offer. Also, the full text of a solicitation provision may be accessed electonically at this/thes address(es): FAR/DFARS: http://farsite.hill.af.mil/ FAR/DFARS: http://www-far.npr.gov/ DLAD: http://www.procregs.hq.dla.mil/ (b) All DESC clauses and provisions are contained in full text in this solicitation. (FAR 52.252-1) Under the provisions of Clause L2.28 above, the following clauses are hereby incorporated into this solicitation by reference: I. FAR/DFAR CLAUSES I1.03-1 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (APR 1998) (FAR 52.212-4) I1.04 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 1999) (FAR 52.212-5) I1.05 CONTRACT TERMS AND CONDITIONS REQUIREED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISTIONS OF COMMERCIAL ITEMS (JAN 1999)(DFARS 252.212-7001) I28.21 TAXES-FOREIGN FIXED-PRICE CONTRACTS (JAN 1999)(FAR 52.229-6) I33 INTEREST (JUN 1996)(FAR 52.232-17) I84 REQUIREMENTS (OCT 1995) (FAR52.216-21) I115 CONTRACTOR RESPONSIBILITY FOR RETURNING UNDELIVERED FREIGHT (APR 1984)(FAR 52.247-16) L2.05-5 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (PC&S)(DESC FEB 1999)(FAR 52.212-1 TAILORED) K1.01-9 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 1998)(FAR 52.212-3)(DEVIATIONS)(ALT I) OFFERORS ARE REQUESTED TO INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSAL. II. DESC CLAUSES B19.37 ECONOMIC PRICE ADJUSTMENT -- MARKET PRICE (PC&S) (CENTRAL AMERICA)(DESC MAR 1997) C16.09 TURBINE FUEL, AVIATION (JET A/A1/A50/B)(DESCSEP 1998) G9.07 ELECTONIC TRANSFER OF FUNDS PAYMENT -- CORPORATE TRADE EXCHANGE (DESC) G18 ACCOUNTING AND APPROPRIATION (DFSC FEB 1968) G162.02.100 EXCHANGE RATES -- ADJUSTMENT FOR FLUCTUATION (HONDURAS)(DESC OCT 1997) I11.01 ADMINISTRATIVE COST OF DEFAUST (DFSC APR 1997) I190.04 MATERIAL SAFETY DATA SHEETS -- COMMERCIAL ITEMS (DFSC MAR 1996) I209.09 EXTENSION PROVISIONS (PC&S)(DFSC OCT 1994) K45 FACSIMILE INVOICING (DFSC SEP 1998) L5.01 AGENCY PROTESTS (DESC AUG 1997) -- DLAD L54 SITE VISIT (DFSC OCT 1992) III. ADDITIONAL TERMS AND CONDITIONS In addition to the terms and conditions noted above and in the clauses incorporated by reference, the following terms and conditions shall also be included in any resultant contract: 1. DELIVERIES. All deliveries shall be made on the day specified in the delivery order unless otherwise authorized by the receiving activity during normal working hours of such activity, provided that the contractor shall have received the order at least 48 hours prior to the day so specified. 2. QUANTITY DETERMINATION. At the Government's option, quantity may be dtgermined at the receiving activity on the basis of -- (a) Weight, using calibrated scales; or (b) A calibrated meter on the receiving tank system. If the Government does not elect to use one of the methods in (a) or (b) above, the quantity shall be determined (at the Contractor's option) on the basis of -- - (a) Calibrated meter; (b)Certified capacity tables. The tables must be made available at the time of delivery; (c) Certified tank calibration markers. Certified tank calibration markers will not be accepted unless the conveyance is full to the marker and the entire quantity is delivered; or (d) The net quantity determined at the loading point by a calibrated loading rack meter or calibrated scales. This quantity must be mechanically imprinted on the lading rack meter ticket that is generated by the loading rack meter or calibrated scales. If this method is used, the Government reserves the right to redetermine the quantity received at time of delivery by gauging the receiving tank before and after delivery. 3. WATER BOTTOMS. (a) Every delivery must be free of all water bottoms prior to discharge; and (b) The Contractor is responsible for their removal and disposal. 4. VOLUME CORRECTION. Volume correction to gallons at 60oF (or liters at 15 degrees Celsius)is required for all volumes of measured in tank trucks, trucks and trailers and tank wagons which are in excess of 5,000 gallons. 5. MEASUREMENT CORRECTION. All measurements and calibrations made to determine quantity shall be in accordance with the most recent edition of the API manual of Petroleum Measurement Standards (MPMS) Outside the U.S. other technically equivalent national or international statndards may be used. Certified capacity tables shall mean capacity tables prepared by an independent inspector or any inddependent surveyor. (1) Volume XII, Table 52, shall be used to convert cubic meters at 15oC to barrels of 60oF. Convert liters at 15oC to cubic meters 15oC by dividing by 1,000. Covert gallons at 60oF to barrels at 60oF by divding by 42. Should foreign law restrict conversion by this method, the method required by law shall be used. (2) If the original measurement is by weight and quantity is required in U.S. gallons, then -- (A) Volume XII, Table 58, shall be used to convert metric tons to U.S. gallons at 60oF. (3)API MPMS, Chapter 4, Proving Systems. All meters used in dtermining product volume shall be calibrated using this statndard with the frequency required by local requlation (foreign or domestic). If no local regulation exists, then the frequency of calibration shall be that recommended by the meter manufacturer or every 6 months, whichever is more frequent. 6. INVOICING PAYMENT. (A) Overbillings-(a) That are less than or equal to 0.5 percent of the quantity listed on the receiving document will be paid as originally ivoiced by the Contractor when the overbilled quantity is solely a resulet of a difference in measurement techniques. (b) That exceed 0.5% of the quantity listed on the receiving document will be paid based on the corrected quantity as determined by the activity and annotated on the activity's receiving document. (B) Underbillings will be paid as invoiced. (C) Notwithstanding any permissible variation percentage, payment is authorized for a percentage not to exceed 120 percent of the ordered quantity. Payment shall be made for quantity within this allowable variation listed on the receiving document as received and accepted by the activity and invoiced by the Contractor. 7. VARIATION IN QUANTITY. A variation in 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 packageing, or allowances in manufacturing processes, and then only to the extent, if any, specified. The permissible varioation shall be limited to a 10 percent increase/decrease. The increase or decrease shall apply to each delviery order. 8. INSPECTION. In addition to the inspection and acceptance procdures contained in commercial claue I1.03-1, the following inspection procedures apply to the jet fuel Item 105-03. Before trucks are released, the basic analysis on the trucks needs to be approved by the in-country QAR. Delivery requires the use of a dedicated truck, to include dedicated discharge hoses. The QAR will witness all loadings.
Web Link
DESC's Main Homepage (www.desc.dla.mil)
Record
Loren Data Corp. 20001208/91SOL001.HTM (W-341 SN508297)

91 - Fuels, Lubricants, Oils and Waxes Index  |  Issue Index |
Created on December 6, 2000 by Loren Data Corp. -- info@ld.com