RFP AMENDMENT SPE605-23-R-0208-0008

expired opportunity(Expired)
From: Federal Government(Federal)
SPE605-23-R-0208

Basic Details

started - 03 Apr, 2024 (26 days ago)

Start Date

03 Apr, 2024 (26 days ago)
due - 17 Apr, 2024 (11 days ago)

Due Date

17 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
SPE605-23-R-0208

Identifier

SPE605-23-R-0208
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709210)DEFENSE LOGISTICS AGENCY (334356)DLA ENERGY (1907)DLA ENERGY (1907)

Attachments (19)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 returning this document with their offer to DLAENERGYFEPAB@dla.mil and e-mail Mary.K.Richardson@dla.mil,Sandra.Smallwood@dla.mil, and Hannah.R.Savine@dla.mil.RFP SPE60523R0208 Amendment 0008 is being issued to add four additional award lots, lsolicitation ine items 0207 through 0246 only applies to this RFP amendment for the delivery of fuel products (Diesel, DEF, Gasoline, Propane, Jet, and AVGAS) by means of tug/barge transportation only. The (4) four award lots will be awarded independently and include two award lots for the requirements for Region C and two award lots for the requirements of
Region D (Award Lots 5 & 6 and Award Lots 7&8 respectively).The awards for these four award-lots will be made according to the criteria in Section M listed below.SECTION M – EVALUATION FACTORS FOR AWARDUnder FAR 52.212-2 EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)(a) Basis for Award. The Government intends to evaluate offers and award a contract to the responsible offeror(s) evaluated as providing the best value to the government as a result of the solicitation. In order to receive the award, offerors must (1) be deemed responsible IAW FAR Part 9, (2) conform to all required terms and conditions, and (3) represent a best value to the Government, price and other factors considered. However, the Government will not pay a price premium that it considers to be disproportionate to the benefits associated with the proposed margin of service superiority. The following factors shall be used to evaluate offers:• Factor 1. Business Proposal• Factor 2 Technical Capability/Risk• Factor 3 Past Performance• Factor 4 PriceAward will be made to the responsible offerors whose proposals, conforming to the solicitation, are determined to be the best value to the Government, as follows:“Offerors shall offer on all products within each delivery region, if not the offer will be unacceptable. Offerors must include a unit price for all fuel products (Diesel, DEF, Gasoline, Propane, Jet, and AVGAS) and tug/barge transportation (loaded with fuel products and unloaded without fuel products) price within each Award Lot. Each delivery region will be evaluated and awarded separately. There are four (4) separate Award Lots based on geographic location and product. There are Two (2) Delivery Regions and Two (2) Award Lots per Delivery Region as follows:- C. Puerto Rico & US Virgin Islands (Saint Croix, Saint John, Saint Thomas)5. Diesel, Gasoline & Propane6. Jet & AVGAS- D. Pacific (Hawaii, Guam, American Samoa, Commonwealth of the North Mariana Islands)7. Diesel, Gasoline & Propane8. Jet & AVGAS”A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations afterits receipt, unless a written notice of withdrawal is received before award.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 via email to DLAENERGYFEPAB@dla.mil, Mary.K. Richardson@dla.mil, Sandra.Smallwood@dla.mil,and Hannah.R.Savine@dla.mil as stated no later than: April 17, 2024, at 4:00PM Eastern Standard time (Ft. Belvoir, VA Local Time).RFP SPE605-23-R-0208 Amendment 0008 applies to solicitation lines 0207 through 0246 ONLY, any quoted offers submitted on previous solicitation line items will not be accepted for evaluation. All other terms and conditions set forth under solicitation SPE605-23-R-0208 remain in-force and unchanged.
Also Search For

Location

Place Of Performance : N/A

Country : United States

Office Address : POST, CAMPS, AND STATIONS 8725 JOHN J. KINGMAN ROAD FORT BELVOIR , VA 22060 USA

Country : United StatesState : VirginiaCity : Fort Belvoir

You may also like

TASK ORDER - DGS-19-301-IQC Amendment #1

Due: 16 Jun, 2025 (in 13 months)Agency: Capital Projects - Department Of General Services (RSTARS - 602)

IFB 23042 Amendment #2

Due: 21 May, 2024 (in 21 days)Agency: Baltimore City Public Schools

IFB-22052 9 OF 9 Amendment #1

Due: 25 Jul, 2025 (in 15 months)Agency: Baltimore City Public Schools

Classification

naicsCode 324110Petroleum Refineries
pscCode 9130Liquid Propellants and Fuels, Petroleum Base