2019 DLA Energy Bulk Fuel Additives

expired opportunity(Expired)
From: Federal Government(Federal)
SPE60218R0719COMBINE

Basic Details

started - 12 Oct, 2018 (about 5 years ago)

Start Date

12 Oct, 2018 (about 5 years ago)
due - 26 Nov, 2018 (about 5 years ago)

Due Date

26 Nov, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
SPE60218R0719COMBINE

Identifier

SPE60218R0719COMBINE
Defense Logistics Agency

Customer / Agency

Defense Logistics Agency
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.

 The 2019 Bulk Fuel Additives procurement purchase program was originally synopsized under the number SPE602-18-R-0719 on October 2, 2018 in the notice below. Requirements for the 2019 Bulk Fuel Additives procurement purchase program are now being solicited under the number SPE602-19-R-0702, due to EBS now automatically assigning a solicitation number.Please direct your attention to SPE602-19-R-0702 for all notices for the 2019 Bulk Fuels Additives procurement purchase program from this point forward.This is the synopsis for the upcoming 2019 DLA Energy Bulk Fuel Additives procurement which includes requirements for three additives: Fuel System Icing Inhibitor (FSII), Corrosion Inhibitor (CLA) and Diesel Fuel Additive (LIA) procurement. The anticipated ordering period is date of award through April 30, 2021 with the delivery period being May 1, 2019 through April 30, 2021, with a 30-day carryover, unless otherwise designated. The method of delivery will be tank truck and
ISO-containers. Offerors will be required to load in 5,000 USG ISO-containers and transport via truck to European destinations and cargo vessel/truck to Middle Eastern destinations. For Continental (US) CONUS locations, the delivery method used is tank truck. The specific details will be included within the schedule of the solicitation by product and location. The total estimated quantity is as follows:FSII - 3,887,000 USGNSN: 6850-01-057-6427MIL-DTL-85470B dated 1 June 1999CLA - 12,000 USGNSN: 9140-01-628-6264MIL-PRF-25017H (1) dated 2 October 2016LIA - 80,000 USGNSN: 9140-01-604-2853MIL-PRF-32490 dated 25 February 2014NOTES:1. The CLA additive is a fuel-soluble corrosion inhibitor/lubricity improver additive for use in aviation turbine fuel, motor gasoline, diesel fuel, and related petroleum products. It is defined by MIL-PRF-25017. Awards will be made only for products that are, at the time of award of contract, qualified and included in the Qualified Products List (QPL) No. 25017 which can be found at http://qpldocs.dla.mil/.2. The LIA additive is one of two grades of diesel lubricity improver additives that are used in naval distillate fuels conforming to MIL-DTL-16884. It is defined by MIL-PRF-32490. All LIA products offered must be listed on the Qualified Products List (QPL) to be considered for award (link: http://qpldocs.dla.mil/). LIA products not on the QPL list will need to be vetted and approved. Please contact Commander, Naval Sea Systems Command, ATTN: SEA 05S, 1333 Isaac Hull Avenue, SE, Stop 5160, Washington Navy Yard, DC 20376-5160 or emailed to CommandStandards@navy.mil for vetting process.3. All offers of products FSII, CLA, LIA, must indicate the product name and product manufacturer in the offer being submitted. All offers with products indicated that are not manufactured by the offeror must include a Supply Commitment Letter with the offer to indicate/verify the offeror's ability to provide products of the type and quantity indicated within its offer. See Section L of the solicitation for the requirements of what must be included in the Supply Commitment Letter.4. Colonial Pipeline, VA: In addition to the requirements for CLA appearing in Quality Assurance Provision (QAP) C30-2, CLA supplied to this location are required to meet one of the low temperature viscosity requirements specified below. This additional requirement for CLA is due to infrastructure capability restrictions at this location. This performance requirement must be met in order to ensure pumpability of the product at this location.a) Dynamic viscosity 450 centipoise (cP) maximum at 0 degrees Fahrenheit as measured by ASTM test method D 2983, orb) Kinematic viscosity 350 centistokes (cSt) maximum at 30 degrees Fahrenheit as measured by ASTM test method D 445.5. United Arab Emirates Embargo of Qatar:Due to the current Qatar embargo issued by Gulf Cooperation Council (GCC) countries, the United Arab Emirates (UAE) issued a Notice to Mariner(s) stating that UAE ports will not allow ships to load any cargo from UAE destined for Qatar. The UAE Ministry of Foreign Affairs and International Cooperation (MOFIC) has declined to issue written assurance that the Notice to Mariner(s) is not applicable to U.S. DOD cargo destined for Qatar. Therefore, all FSII bid line proposals with shipping points or utilizing supply points in UAE will NOT be evaluated to Qatar.Offerors submitting FSII bid lines with shipping points or utilizing supply points located in nations who are participating in the Qatar Embargo (other than UAE) or are otherwise imposing additional restrictions on shipping product to Qatar must provide documentation from cognizant port authority or management verifying the ability to provide product for delivery to Qatar. If sufficient documentation is not submitted, the bid lines will not be evaluated to Qatar. As of the date of this synopsis, the following countries, in addition to the UAE, have publically cut diplomatic ties with Qatar and/or are participating in the embargo: Bahrain, Comoros, Egypt, Maldives, Mauritania, Saudi Arabia, Senegal, and Yemen. Please note that this list is neither exhaustive nor authoritative, and offerors are responsible for notifying DLA Energy whether the nations in which their shipping points or supply points are located are participating in the embargo or have some other similar restriction on shipping product to Qatar.6. Joint Contingency Contracting System (JCCS) Requirement: Vendors and subcontractors must be registered in the Joint Contingency Contracting System (JCCS) to be considered for contract awards in the U.S. Central Command (CENTCOM) Area of Operation (AOR). CENTCOM-affected offers include the following:a) Offeror physical address is located in CENTCOMb) Offeror is submitting FOB Destination Offer(s) to CENTCOMc) Offeror is submitting shipping point(s) located in CENTCOMU.S. Central Command (CENTCOM) Area of Responsibility (AOR) includes the following countries: Afghanistan, Bahrain, Egypt, Iran, Iraq, Jordan, Kazakhstan, Kuwait, Kyrgyzstan, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan, and Yemen.Each offeror must submit its registration number with its offer package. If awarded, active registration must be maintained throughout contract performance. Instructions for account registration and training can be found at www.jccs.gov. Please go to www.jccs.gov, http://www.jccs.gov/ then click on "vendor login", click the registration tab, and follow the directions from there.To be eligible for installation access, Contractors and subcontractors at all tiers are required to register for installation access in the Joint Contingency Contracting System (JCCS) and are responsible for keeping the information in the this system updated at all times. Prime Contractors and subcontractors at any tier may verify their registration at https://www.jccs.gov/jccscoe/ by selecting the "Vendors Login" module and logging in with their user name and password. The offeror must be registered, approved, and eligible for installation access prior to award, and remain eligible for installation access for the life of the contract.The offeror is required to submit a listing of all proposed subcontractors, at all tiers, to the contracting officer with the submission of the proposal, and provide updates during the life of the contract when subcontractors are added or removed. If no subcontractors are expected to perform during the life of the contract, the offeror must submit a negative response to the Contracting Officer with its proposal. After award, the prime contractor must submit a negative response to the contracting officer at the beginning of each performance period.7. The Military Cargo Preference Act of 1904:Offerors will be required to adhere to the Military Cargo Preference Act of 1904 which requires that all supplies bought for the Army, Navy, Air Force or Marine Corps must be carried solely (100%) on U.S.-flag vessels except in certain circumstances. In addition, Contractors must give the government plenty of notice before a foreign-flag vessel can be waived into service. Specifically, DFARS 252.247-7023 states that the contractor must submit any request for use of other than U.S.-flag vessels in writing to the contracting officer at least 45 days prior to the sailing date necessary to meet its delivery schedules.8. No Small Business set-asides will be offered for this procurement.9. The Government reserves the right to make awards based on initial offered prices. Based on this, offerors should ensure all offered prices submitted with their initial offer are its best competitive and final price(s).10. Proposals submitted electronically through a single e-mail must be no more than10 MB in size. DLA Energy's mail server will reject messages larger than 10 MB.11. There is an expectation that the solicitation will be posted in October 2018.12. Please be reminded, that all offers must be submitted on the Offeror Submission Package (OSP). Please ensure that the OSP is completed in its entirety as it relates to the offeror's offer and that the product being offered must meet the specified requirements for the product itself and any location requirements identified within the line items. The product(s) being offered must be clearly identified in the OSP and indicate what the brand name and product identifier is for the product (i.e., CLA - TOLAD 351).13. Copies of DLA Energy's Bulk Fuel Additives (FSII/CLA/LIA) solicitation will be available via the Federal Business Opportunities (FedBizOpps) webpage at www.fbo.gov. A posting notice will be sent to the firms on the solicitation mailing list on the date the solicitation is issued and posted on the FedBizOpps webpage. This posting notice is a courtesy and not a requirement of the Government. It is in a businesses' own best interest to keep checking and review on a regular basis Government Portals of Entry for procurement requirements such as FedBizOpps to ensure it does not miss opportunities that are advertised.14. For all other questions or concerns e-mail James Forde at James.Forde@dla.mil. All responsible sources may submit a proposal, which shall be considered by the Agency, in order to be eligible for award. Offerors are required to complete, sign, and return their entire proposal, to include the document titled Offer Submission Package (OSP) to the Bid Custodian email box at DLA Energy, BulkFuelsBidCustodian@dla.mil.  Contact Information: JAMES S FORDE, CONTRACT SPECIALIST, Phone 7037678497, Email james.forde@dla.mil Office Address :8725 John J. Kingman Road Fort Belvoir VA 22060-6222 Location: DLA Energy Set Aside: N/A

DLA EnergyLocation

Address: DLA Energy

Country : United StatesState : Texas

You may also like

TANK, FUEL, ENGINE

Due: 09 May, 2024 (in 11 days)Agency: Department of Defense

TANK, FUEL, ENGINE

Due: 06 May, 2024 (in 8 days)Agency: Department of Defense

FUEL PURCHASE

Due: 31 Mar, 2025 (in 11 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAISC: 325998 GSA CLASS CODE: 91