19TZ2024Q0007 - Fuel and Fuel Cards Supply for American Embassy, Dar Es Salaam.

expired opportunity(Expired)
From: Federal Government(Federal)
19TZ2024Q0007

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 25 Apr, 2024 (3 days ago)

Due Date

25 Apr, 2024 (3 days ago)
Bid Notification

Type

Bid Notification
19TZ2024Q0007

Identifier

19TZ2024Q0007
STATE, DEPARTMENT OF

Customer / Agency

STATE, DEPARTMENT OF

Attachments (1)

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.

COMBINED SYNOPSIS & SOLICITATIONUnited States Embassy Dar Es Salaam, Tanzania.Fuel and Fuel Cards Supply for American Embassy, Dar Es Salaam.SOLICITATION NUMBER 19TZ2024Q0007 Issued by: American Embassy General Services OfficeDar Es Salaam – Tanzania.U.S. Embassy Dar es SalaamDate: March 12, 2024Combined Synopsis and SolicitationSolicitation Number 19TZ2024Q0007The American Embassy in Dar Es Salaam, Tanzania hereby provides the following Combined Synopsis and Solicitation for:Supply of fuel using a Fuel Card System for the U.S. Embassy Dar Es Salaam. All interested offerors shall review the solicitation and offer service in accordance with the specification provided in this document.The evaluation of offers will be based on the Lowest-Priced, Technically Acceptable (LPTA) approach. It is the offeror’s responsibility to prove that the equipment it is offering meets the requested specifications.Quotations are due by April 25, 2024, at 17:00 local time. No quotations will be accepted
after this time. Proposals must be in English and incomplete proposals will not be accepted. Your quotation must be submitted electronically to DarGSOProcurement@groups.state.gov It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format. The file size must not exceed 30MB. If the file size should exceed the 30MB, the submission must be made in separate files and attached to separate emails with less than 30MB each. In order for a quotation to be considered, you must also complete and submit the following: (i) SF-1449 (ii) 4. Pricing (iii) Proof of SAM Registration.All contractors must be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to submitting an offer pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. Synopsis: This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. The solicitation number 19TZ2024Q0007 and is issued as a Request for Quotations (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03 effective February 23, 2024. This requirement is using simplified acquisition procedures.Contract Type: The contract type shall be a fixed price with economic price adjustment indefinite quantity/indefinite delivery under which firm fixed-price delivery orders may be placed.The Government intends to award a single, firm fixed-price purchase order/ contract to the responsible offeror whose offer is evaluated as the lowest-priced and technically acceptable. The price shall be of EWURA Cap, minus any discounts offered on the cap, for the purpose of the cost analysis for contract award determination. EWURA Cap prices will be considered for each individual firm fixed price task order issued under the contract.Term of Contract: This contract shall be effective from the date of the Contracting Officer’s signature and shall remain valid until all items are received and accepted by the Government.I. SCOPE OF WORKFor each month of the contract, the U.S. Government expects but does not guarantee a minimum fifteen thousand (15,000) of diesel and two thousand (2,000) Liters of Petrol. The maximum amount of fuel to be dispensed in vehicles each month of the contract shall not exceed twenty thousand (20,000) liters of diesel and four thousand (4,000) liters of petrol. This is only an estimate. A contractor shall provider a valid business license, including:SAM (System for Award Management) active registration and Unique Entity ID (UEI) from https://www.sam.govBusiness licenses from the Tanzania Revenue Authority. Must be in good standing with the Credit Bureau.The Contracting Officer may issue oral order on dispensing amount increase that will be confirmed in writing later. The Contracting Officer Representative (COR) may issue a written request approved by the Contracting Officer that should not exceed the quantity on the balance thereof stated in the paragraph one. The fuel provided will be of standards and regulatory authorities in Tanzania, in this case, the Tanzania Bureau of Standards (TBS) and Energy Water Utilities Regularity Authority (EWURA). The TBS standard is 674: 2009. The Diesel is grade 500ppm, with a level of Sulphur at 0.05% by weight. For supply and delivery of the fuel, the Contractor shall be paid the fixed price per unit as listed above. This price is not to exceed any official rate, as set by laws enacted by the government of Tanzania. The contractor shall offer Fuel Card system to be used for refueling diesel and petrol numbering up to over one hundred (100) at fuel stations within the geographical boundaries of Tanzania. The Fuel Card system shall be a web-based computerized system with security structures that will provide near real-time data of fuel use. The contractor shall provide all Fuel Cards throughout the duration of the contract. The contractor shall provide number and locations of all the petrol stations around the country where the cards are acceptable including the partners fuel stations if any. The contractor shall provide at least one emergency card that will be used for any vehicle or Machinery (New vehicles) when the process of cards for new vehicles or Machinery is being processed. The emergence card will have the capacity of refueling all oil-based products the Embassy is using (Petrol and Diesel).Insurance: Contractor shall provide proof of insurance coverage for all fuel stations where vehicles will be driven onto the contractor fuel station; workers compensation for all Contractor employees according to statutory limits; and for general liability against all loss of property, against personal injury or death and to defend against third party claims including both defense cost and judgment costs. The Contractor’s insurance must provide that the Contractor will indemnify and hold harmless the Department of State of the Government of the United States and its agents, against all claims arising from negligent acts of the Contractor.Local Law Registration: If the local law or decree requires that one or both parties to the contract register the contract with the designated authorities to ensure compliance with this law or decree, the entire burden of this registration shall rest upon the Contractor. Any local or other taxes which may be assessed against the contract shall be payable by the Contractor without Government reimbursement.2. CARDS MANAGEMENT AND SUPERVISISONThe Contractor shall provide pin code linked to each U.S. Government vehicle tag number for better supervision and management of the fuel consumption. The contractor shall designate a contract manager. This contract manager shall be the focal point for the contract and shall be the point of contact with U.S. Government personnel during the entire contract.PRICE ADJUSTMENT:(a) The unit price per liter of diesel and petrol may be adjusted based on increases or decreases in the official price of Petrol/ Diesel, mandated by the government of Tanzania.(b) To request an adjustment in price, the Contractor must provide written notification of the price change to the Contracting Officer at least one week before the new price is to be effective. This notification must be accompanied by a copy of the official announcement of the price change, showing the new price and its effective date. The officer or general partner of the Contractor having overall responsibility for the Contractor's affairs shall certify the submission by written signature.(c) The U.S. Government will make no adjustment to the contract price that relates to any wages, overhead, fixed costs, general and administrative expenses, materials, or profit. Only the amount which is a direct result of an increase or decrease in the price of oil to be dispensed under this contract shall be considered by the U.S. Government as the basis for contract price adjustments.(d) The Contractor may not request an adjustment after final payment has been made under this contract.(e) This contact shall only apply to laws enacted by the government of Tanzania which meet the criteria set forth above. The U.S. Government will make no adjustments in contract price due to currency devaluations or fluctuations in exchange rates. 3 EVALUATION FACTORSAward will be made to the lowest priced, acceptable, responsible offeror. Proposals shall include a completed solicitation. The Government reserves the right to reject proposals that are unreasonably low or high in price.The lowest price will be determined by multiplying the offered prices times the estimated quantities. Acceptability will be determined by assessing the offeror's compliance with the terms of the RFP. Responsibility will be determined by analyzing whether the apparent successful offeror complies with the requirements of FAR 9.1, and the offeror shall address each item below in their quotation, including:Adequate financial resources or the ability to obtain them.Ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments.Satisfactory record of integrity and business ethics.Necessary organization, experience, and skills or the ability to obtain them.Necessary equipment and facilities or the ability to obtain them; andBe otherwise qualified and eligible to receive an award under applicable laws and regulations.The contractor shall obtain and complete all required government registration certificates, permits and licenses to perform business in Tanzania (e.g. BRELA, EWURA, TRA etc.)Fuel cards systemSafety standards.Office premises with physical address in TanzaniaCoverage network map identifying the locations of all the active fuel stations owned in Tanzania.List of all the active fuel stations owned in Tanzania including Station Name, address, phone and manager information.

DEPARTMENT OF STATE, 2201 C ST NW  WASHINGTON , DC 20520  USALocation

Place Of Performance : DEPARTMENT OF STATE, 2201 C ST NW WASHINGTON , DC 20520 USA

Country : United StatesState : District of Columbia

You may also like

ITB 2024-04 Motor Fuel, Lubricants and Other Supplies

Due: 16 May, 2024 (in 17 days)Agency: Okeechobee County

Bulk Fuel - Term & Supply

Due: 15 Nov, 2024 (in 6 months)Agency: Johnson County

Bulk Fuel - Term & Supply

Due: 15 Nov, 2024 (in 6 months)Agency: Fleet Fuels

Please Sign In to see more like these.

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

Classification

naicsCode 457Gasoline Stations and Fuel Dealers
pscCode 9140Fuel Oils