Federal Bid

Last Updated on 11 Jul 2019 at 12 AM
Combined Synopsis/Solicitation
Location Unknown

RFQ For 15,000 of ULSD dyed to be deliver to Wahiawa, HI

Solicitation ID SP0600-15-Q-0221
Posted Date 28 Jan 2015 at 8 PM
Archive Date 10 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Energy
Agency Department Of Defense
Location United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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 unrestricted.  The contract resulting from this procurement will be a firm fixed price contract. The quote should be submited as price per gallon and it should include all applicable taxes and other costs plus profit into the price. The solicitation SP0600-15-Q-0221 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5.This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78 dated 26 December 2014. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm. 

 Scope of Contract: 

 CLIN 0001 - The contractor to provide 15,000 USG of Red Dyed Ultra Low Sulfur Diesel (DSS) (ASTM D975) delivered to Bldg. 550, Naval Computer Area Master Station Annex, Wahiawa, HI  96786

**Delivery trucks require pump and meter**

 Delivery Location: Building 550, NCTAMS Annex, Wahiawa, HI.

 Required delivery date is Feb 10, 2015.

   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, 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 Zulma Irizarry ([email protected]) NLT 2:00 pm Fort Belvoir local time (EST) February 4, 2015; Send questions to the Contracting Specialist, Zulma Irizarry, 703-767-8251, FAX: 703-767-8506, or email:

[email protected] and [email protected] by RFQ NLT date/time.  FAX quotations will be accepted.

Bid Protests Not Available

Similar Past Bids

Mellwood Arkansas 01 May 2013 at 3 PM
Fort gordon Georgia 12 Jul 2013 at 12 AM
Walterboro South carolina 11 Sep 2013 at 8 PM

Similar Opportunities

Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Anniston Alabama 14 Jul 2025 at 4 AM
Fort belvoir Virginia 01 Jun 2030 at 4 AM (estimated)
Columbus Ohio 16 Jul 2025 at 3 AM