FY24 Joint Base Charleston Air Show - Fuel

expired opportunity(Expired)
From: Federal Government(Federal)
FA441824Q0023

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
FA441824Q0023

Identifier

FA441824Q0023
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE AIR FORCE (60450)AIR MOBILITY COMMAND (480)FA4418 628 CONS PK (558)

Attachments (2)

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.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The synopsis/solicitation reference number is FA441824Q0023 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference
herein.This acquisition is solicited as Unrestricted. The applicable NAICS code is 488190 with a size standard of $40M. All responsible sources may submit a quotation using the attached RFQ.Contractor shall submit a quote for the delivery and service of all fuel needed to support the 2024 Joint Base Charleston Air Show taking place 18-22 April 2024.The contractor shall provide all items identified in the attached form which includes a list of the required items on a firm fixed price basis including the cost of shipping FOB Destination. Please see Attachment No. 1 – FY24 JB CHS Airshow Fuel SOW, dated 20 Mar 2024 for specific requirement information. The government intends to issue one award as a result of this solicitation.The Period of Performance for this requirement is 18-22 April 2024. Delivery and set-up shall be no later than 0900 EST on 18 April 2024 or earlier at Joint Base Charleston – Air Base, North Charleston, SC, 29404. All unused fuel shall be removed no earlier than end of show (estimated time 2200 EST) on 22 April 2024. Contractor is responsible for tracking and invoicing only for the gallons of fuel used. Additional invoice instruction will be included in the awarded contract.The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/)FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (Sep 2023)Price - Offerors shall submit their quotation using the Attachment No. 2 – FY24 JB CHS Airshow Fuel RFQ.Technical – Offerors shall submit a manufacturer’s product information sheet (Cut-Sheet) for each item which they offer under RFQ Attachment No. 2FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (Nov 2021)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer represents the Lowest Priced Technically Acceptable offer conforming to the solicitation and will be considered as the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance:Price. The Government will evaluate the total price of the offer for award purposes.Technical capability of the item offered to meet the Government requirement.The Government will award a contract to the lowest priced technically acceptable offer.All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Products and Commercial Services (Nov 2023) or complete electronic annual representations and certifications at the System for Award Management http://www.sam.govThe clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services, applies to this acquisition.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Dec 2023), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:(5) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Jun 2020)(9) FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)(12) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.(Nov 2021)(13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)(16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022)(31) 52.222-3, Convict Labor (Jun 2003)(32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2023)(33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)(34) 52.222-26, Equal Opportunity (Sep 2016)(39) 52.222-50, Combating Trafficking in Persons (Nov 2021)(48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)(55) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)(62) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018)paragraph (c):(9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020)The following additional clauses are applicable to this procurement (not all inclusive).FAR 52.201-1 Acquisition 360: Voluntary Survey (Sep 2023)FAR 52.204-7 System for Award Management (Oct 2018)FAR 52.204-13 System for Award Management Maintenance (Oct 2018)FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (Dec 2023)FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023)FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011)FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021)DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)DFARS 252.204-7022 Expediting Contract Closeout (May 2021)DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023)DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)DFARS 252.225-7001 Buy American and Balance of Payments Program (Jan 2023)DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (Jun 2023)DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023)DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023)DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023)DAFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (Jul 2023)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.(End of clause)DAFFARS 5352.242-9000 Contractor Access to Air Force InstallationsCONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (Jul 2023) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Department of the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass.(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with citing the appropriate paragraphs as applicable.(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.(f) Failure to comply with these requirements may result in withholding of final payment.(End of clause)Defense Priorities and Allocations System (DPAS): N/AResponse to this combined synopsis/solicitation must be received via email, mail, or delivery by 28 March 2024, no later than 2:00 PM EST. Requests should be marked with solicitation number FA441824Q0023. Address questions to Tatyana Verenich, Contract Specialist, at (843) 963-5162 or Tatyana.Verenich@us.af.mil.

Location

Place Of Performance : N/A

Country : United StatesState : South CarolinaCity : North Charleston

Office Address : ADMIN ONLY NO REQTN CP 843 963 5155 101 E HILL BLVD JOINT BASE CHARLESTON , SC 29404-5021 USA

Country : United StatesState : South CarolinaCity : North Charleston

Classification

naicsCode 488190Other Support Activities for Air Transportation
pscCode 9140Fuel Oils