Virginia Bids > Bid Detail

Amendment 0002 to Solicitation Number SPE608-21-R-0200 1.3B PACOM BUNKERS

Agency:
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159131071538736
Posted Date: Nov 15, 2023
Due Date: Jul 11, 2021
Source: https://sam.gov/opp/157ad29099...
Follow
Amendment 0002 to Solicitation Number SPE608-21-R-0200 1.3B PACOM BUNKERS
Active
Contract Opportunity
Notice ID
SPE608-21-R-0200-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA ENERGY
Office
DLA ENERGY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 15, 2023 03:36 pm EST
  • Original Published Date: Jul 20, 2021 06:26 am EDT
  • Updated Date Offers Due: Jul 11, 2021 01:00 pm EDT
  • Original Date Offers Due: Jul 11, 2021 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2026
  • Original Inactive Date: Jul 26, 2021
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9140 - FUEL OILS
  • NAICS Code:
    • 324110 - Petroleum Refineries
  • Place of Performance:
    Fort Belvoir , VA 22060
    USA
Description

1. This amendment is hereby issued under SPE608-21-R-0200 to update language in Section M.





SECTION M: EVALUATION FACTORS FOR AWARD FAR 52.212-2 -- EVALUATION – COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the



solicitation will be most advantageous to the Government, price and other factors considered pursuant to FAR 15.101-2. Offers will be evaluated and contracts awarded on a line-by-line item basis. An offer for a line item will be evaluated independently from all other line item(s) for a contract award. Government awards will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers:



FACTOR 1: TECHNICAL CAPABILITY



FACTOR 2: PRICE



Technical capability and price are of equal importance. Award(s) will be made to the lowest priced technically acceptable offer from a responsible offeror. In making a determination as to responsibility, the Government reserves the right to conduct a preaward survey.



A. FACTOR 1: Technical Capability



In order to be considered, an offeror must meet or exceed the technical capability standards as follows:



Acceptable: An offer must meet the minimum requirements of the solicitation, including the requirement schedule and product specification requirements in Section B, and delivery requirements in Section F. In order to meet these minimum requirements for the product specification subfactor, an offeror must submit a Certificate of Analysis (COA) or Certificate of Quality (COQ) and Commitment Letter demonstrating that the offeror can meet the applicable specification for the product offered based on DoD Standard practice established for Bunkers servicing of fuels at commercial ports in accordance with the Military Standards (MIL-STD) 1548H w/CHANGE 1.



Unacceptable: Proposal does not meet the minimum requirements of the solicitation. Any Offeror who receives an overall Technical rating of "Unacceptable" after final proposal revisions will not be eligible for an award. The Contracting Officer will evaluate proposals using the criteria above for each line item. Offerors who fail to meet minimal technical requirements of the solicitation will be determined to be technically unacceptable and will not be considered for award. In addition to meeting the technical acceptability requirements above, an Offeror must be determined responsible in accordance with FAR subpart 9.1. The government may conduct a pre-award survey as part of making a determination as to an Offeror’s responsibility. Additionally, if an Offeror who is not the actual Refueler at a location, the Offeror must submit supplier commitment letters demonstrating that the Offeror has secured arrangements that will enable it to support orders for the product specified, in accordance with the requirement schedule, and consistent with the delivery requirements and all other terms and conditions in the solicitation. Such commitment letters should be submitted with the Offeror’s initial proposal.



B. FACTOR 2: Price



The offered unit price for each individual line will be multiplied by the estimated quantity resulting in a total base period contract price for that line item. The lowest price will be determined by evaluating offers on a line-by-line-item basis. Each line item will be evaluated and awarded independently from all other line items. 1. Based on evaluation and extension provision I209.09, options will be considered and evaluated as part of the award. In accordance with clause I209.09 Extension Provisions, the unit price offered for each solicited line item will be multiplied by the estimated 6-month quantity for that line item. The total extension price will be added to the total base price in evaluating the proposal. The addition of the extension price does not obligate the government to exercise the option.



Competitive Range Establishment:



The Government will evaluate all proposals in accordance with FAR 15.305(a) and reserves the right to establish a competitive range and award without discussions in accordance with FAR 15.306(a)(3). Communication with Offerors for clarification may be conducted before a competitive range is established, per FAR 15.306(a). If discussions will be conducted, the Contracting Officer will establish a competitive range. Based on the ratings of each proposal against all evaluation criteria, the Contracting Officer shall establish a competitive range comprised of the most highly rated proposals, unless the range is further reduced for purposes of efficiency. In accordance with FAR 15.306 (c)(2), the Contracting Officer may determine that the number of most highly rated proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted. The Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals, per FAR 15.306 (c)(2). If the Contracting Officer decides that an Offeror’s proposal should no longer be included in the competitive range, the proposal shall be eliminated from consideration for award and the Contracting Officer will provide written notice of elimination from the competitive range to unsuccessful Offerors in accordance with FAR Part 15.503(a)(1). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether



2. All other terms and conditions remain the same .


Attachments/Links
Contact Information
Contracting Office Address
  • INTOPLANE 8725 JOHN J. KINGMAN ROAD
  • FORT BELVOIR , VA 22060
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >