Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

91 -- 91 -- FUEL OIL, BURNER #2 (FS2) AND DIESEL FUEL, LS#2 (DYED) (LSS)

Notice Date
September 18, 2001
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222
ZIP Code
22060-6222
Solicitation Number
SP0600-01-R-0102
Response Due
October 2, 2001
Point of Contact
Dorothy Gheen, Contract Specialist , Phone 703 767-9542, Fax 703 767-8506, Email dgheen@desc.dla.mil -- Brian Ellison, Commodity Business Specialist, Phone 703 767-9543, Fax 703 767-8506, Email bellison@desc.dla.mil
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 SP0600-01-R-0102 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 effective May 16, 2001. The Government contemplates award of a Requirements Type, Fixed Price with Economic Price Adjustment contract resulting from this solicitation. While the Government intends to evaluate offers and award a contract without discussions, it reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government intends to evaluate proposals and award a contract after conducting discussions with offerors whose proposals have been determined to be within the competitive range. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a price and technical standpoint. Offers submitted for less than the total quantities listed for each line item in this solicitation will not be considered for award. The NAICS code is 422720 and the small business size standard is 500. =20 The following fuel requirements are being solicited: Line Item B01-94, Diesel Fuel, LS#2 (Dyed) (LSS), Maximum Sulfur Content 0.05%, NSN 9140-01-413-4919, Specification Clause C16.69 FUEL SPECIFICATIONS (PC&S) (DESC JUL 2001), Estimated Quantity 2,500,000 USG, Washington, DC, General Services Administration (GSA), FOB Destination, Tank Truck (TT), into 2 / 415,000 Gallon Tanks and 3 / 115,000 Gallon Tanks at the Central Heating Plant on 13TH and C Street; 1 / 450,000 Gallon Tank and 3 / 110,000 Gallon Tanks at the West Plant on 30TH and K Street, Specific delivery hours: 6 a.m. to 9p.m. Mon-Fri. This facility uses natural gas as its primary energy source. However, during times of natural gas curtailment, the contractor is required to commence deliveries within 24 hours of notification. Delivery may be required 24 hours a day, 7 days a week, to include weekends. Contractor may be required to deliver as much as 150,000 gallons over a 24-hour period. Activity requires a minimum of two (2) hours of free time to unload each transport truck. Loading rack metered delivery tickets required. Contractor must certify each shipment of diesel fuel to include 1) actual sulfur content of fuel 2) name of fuel supplier 3) date on which the fuel was received 4) volume of fuel delivered in the shipment 5) statement that the fuel complies with ASTM specifications. Anticipate 0% on highway use. Line Item 160-461, Fuel Oil, Burner #2 (FS2), Maximum Sulfur Content 0.50%, NSN 9140-00-247-4365, Specification Clause C16.69 FUEL SPECIFICATIONS (PC&S) (DESC JUL 2001), Estimated Quantity 40,000 USG, Ft. Campbell, KY, U S Army, FOB Destination, max. sulfur content 0.50 %, Tank Wagon (TW) with pump and meter and 125 feet of hose, into 6 / 30,000 Gallon Tanks, 2 / 20,000 Gallon Tanks, 4 / 10,000 Gallon Tanks, 3 / 8,000 Gallon Tanks, 2 / 6,000 Gallon Tanks, 3 / 5,000 Gallon Tanks, 1 / 3,000 Gallon Tank, 3 / 2,000 Gallon Tanks, 1 / 1,500 Gallon Tank, 26 / 1,000 Gallon Tanks, and 3 / 550 Gallon Tanks. 2 delivery tickets required. Delivery hours: 0730-1430. Note 1: Contractor shall accept oral and/or facsimile orders to be followed up by hard copy within one working day. Note 2: Cycle system requires each tank to be filled to capacity every 5 working days on a rotating basis. Start at the N end and end at the S end of post. In emergency, some tanks may require a 2nd filling during 5-day interim. Note 3: Invoice delivery tickets must be annotated with sulfur content for each separate load or drop of fuel delivered to a specific building or tank, regardless of amount. This facility cannot burn ?used? or recycled fuel. Line Item 451-46, Fuel Oil, Burner #2 (FS2), Maximum Sulfur Content 0.50%, NSN 9140-00-247-4365, Specification Clause C16.69 FUEL SPECIFICATIONS (PC&S) (DESC JUL 2001), Estimated Quantity 15,000 USG, Radford, VA, U S Army, FOB Destination, max. sulfur content 0.50%, Tank Wagon (TW) with pump and meter, into 20 / 275 Gallon Tanks. Metered ticket required. Delivery hours: 0800-1630 Monday to Friday.=20 The Ordering Period for Line Items B01-94, 160-461, and 451-46 is Date of Award through 31 July 2002. The Delivery Period for all three items begins 72 hours after Date of Award and ends 30 days after the end of the Ordering Period. The provision at 52.212-1 -- Instructions to Offerors?Commercial Items, applies to this acquisition (See Clause L2.05-5 in Reference Package). Offerors are advised to include a completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer (See Clause K1.01-10 in Offer Submission Package). The provision at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (See Clauses I1.03-3 and I1.03-8 in Reference Package). The Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition (See Clause I1.04 in Reference Package).=20 In addition, the following clauses cited at 52.212-5 are applicable to this acquisition:=20 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-3, Notice of Total HUBZone Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The provision at 52.212-2, Evaluation?Commercial Items, does not apply to this acquisition. Pursuant to Clause M72.02, EVALUATION FACTORS FOR BEST OVERALL VALUE (DOMESTIC) (DESC JAN 2001), the specific evaluation criteria for Items 160-461 and 451-46 is as follows: The Government will award contracts to the responsible offeror(s) whose offer conforms to the solicitation and that represents the best overall value. The Government will determine best overall value on the basis of an integrated assessment of the following evaluation factors, which are in descending order of importance: (i) Price; (ii) Past Performance; and (iii) Socioeconomic Commitment. Price is more important than past performance, and price combined with past performance is significantly more important than socioeconomic commitment. All evaluation factors other than price (past performance and socioeconomic commitment), when combined, are approximately equal to price in importance. The offer(s) selected as best value will represent the best tradeoff to the Government among price, past performance, and socioeconomic commitment. Pursuant to Clause M72.02.100, the specific evaluation criteria for Item B01-94 is as follows: The Government will award contracts to the responsible offeror(s) whose offer conforms to the solicitation and that represents the best overall value. The Government will determine best overall value on the basis of an integrated assessment of the following evaluation factors, which are in descending order of importance: (i) Past Performance; (ii) Price; and (iii) Socioeconomic Commitment. Past performance is more important than price, and price is more important than socioeconomic commitment. All evaluation factors other than price (past performance and socioeconomic commitment), when combined, are significantly more important than cost or price. The offer(s) selected as best value will represent the best tradeoff to the Government among past performance, price, and socioeconomic commitment.=20 Base Reference and Economic Price Adjustment: Offerors are reminded that price escalation will be based on the methods outlined under Clause B19.19 ECONOMIC PRICE ADJUSTMENT (PC&S) (DESC JUL 1999). Offerors are reminded to base their offer prices on the base reference prices listed under Clause B19.19, using the base reference date of September 10, 2001. Contract price will be updated monthly based on changes in the reference publication. Price changes are not based on product costs. After award, DESC will post updated monthly contract prices on the DESC homepage at http://www.desc.dla.mil, under ?Doing Business with DESC? and ?Product Price Adjustment.?=20 Facsimile proposals/offers are requested and should be submitted in accordance with Clause L2.11-2, FACSIMILE PROPOSALS. Please complete the Contractor Performance Data Sheet (last page of OSP) as instructed and return with your offer. Authorized company officials must sign all offers. Please submit your offer via fax addressed to the following: Attn. Bid Custodian / DESC-CPC / RM 3815 / fax# (703) 767-8506. When submitting your offers, please note the solicitation number SP0600-01-R-0102 on the fax. The closing date and time for receipt of offers is October 2, 2001, 3:00 p.m., local time, Fort Belvoir, Virginia, USA. Please include product specifications with your offer.=20 For clarification, explanation, and/or additional information regarding this acquisition, please contact Dottie Gheen at 703-767-9542, Brian K. Ellison at 703-767-9543 or George W. Atwood III at 703-767-9509.=20 Synopsis/Solicitation SP0600-01-R-0102, the Offer Submission Package (OSP), and all other relative documents pertaining to this acquisition are available under Customer Organized Group (COG) 3 at=20 http://www.desc.dla.mil/PublicPages/p/grfuels/reg3.cfm. NOTICE: Any contract awarded to an offeror who, at the time of award was suspended, ineligible, or debarred from receipt of contracts with U.S. Government agencies, or in receipt of proposed debarment from any U.S. Government Agency, is voidable at the option of the U.S. Government.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DLA/J3/DESC/SP0600-01-R-0102/listing.html)
Record
Loren Data Corp. 20010920/91SOL003.HTM (D-261 SN50X9I2)

91 - Fuels, Lubricants, Oils and Waxes Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com