This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice.Offers are being requested and a written solicitation will not be issued. This opportunity is restricted to 100% small business. The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE605-19-Q-0211 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13 in conjunction with FAR PART 12. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 dated 27 JUN 2018. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at
target="_blank">https://www.acquisition.gov/?q=far_looseleaf.Scope of Contract:100% Small Business Set AsideCLIN 0001 - The contractor shall provide, under line item 0001; 12,000 USG of Ultra Low Sulfur Diesel (ULSD) (DS2) (NSN: 9140-01-524-0139) delivered to NAVFAC Naval Station Norfolk Bldg Lf 18 Norfolk VA 23511.No. of Tanks Capacity Type Tank Location 4 100 TANKS 3 1000 TANKS 2 12000 TANKS FLOATING CRANES YD249 AND YD250 3 200 TANKS 1 2000 ABOVE GROUND TANKS 1751 MORIS STREET BLDG. D-29 4 2000 TANKER TRUCKS BLDG. LF-18 AVIONICS LOOP OFF TOWWAY 2 2000 TANKS 1 250 ABOVE GROUND TANKS MWR NAVY REC DEPT 2 275 TANK 1 300 TANKS 1 3000 ABOVE GROUND TANKS LOC AT BLDG. A80 - NE CORNER, 9742 MARYLAND AVE 1 350 TANKS14 450 TANKS 1 50 ABOVE GROUND TANKS 1 500 ABOVE GROUND TANKS GENERATOR IS ON WEST SIDE OF BLDG.13 500 TANKS 1 500 TANKS CEP-57 BOILER 2 5000 TANKERS BLDG. LF-18 AVIONICS LOOP OFF TOWWAY 4 6000 TANKS 1 90000 TANKS RESOLUTE DRYDOCK AT PIER 3T 1 750 ABOVE GROUND TANKS AT BLDG CEP-178 (FIRE STATION #1) 4 250 TANKS 1 366 TANKS (DAY TANK ON GENERATOR) MODE of TRANSPORTATION: TANK WAGONDelivery Schedule:4000 USG to be delivered on 3 December 20184000 USG to be delivered on 17 December 2018 4000 USG to be delivered on 31 December 2018.FOB Destination.Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF).The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications,2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6, 28; 52.222-3, 19, 21, 26, 35, 36; 52.222-50; 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003. FAR 52.211-16 with a 10% variance above or below, as well as 52.211-11 shall be applicable.All responsible offerors respond to the contracting officer and contracting specialist at
Bryan.sveum@dla.mil and
ryan.spahr@dla.mil, NLT 12:00 pm Fort Belvoir local time (Eastern) Thursday, 29 November 2018; Send questions to the Contracting Specialist, Ryan Spahr, 571-767-6792, FAX: 703-767-8506, or email:
ryan.spahr@dla.mil and
bryan.sveum@dla.mil by RFQ NLT date/time. FAX quotations will be accepted.