Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2025 SAM #8560
SOLICITATION NOTICE

91 -- Jordan Posts, Camps & Stations (PC&S)

Notice Date
5/2/2025 6:15:04 AM
 
Notice Type
Solicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60525R0200
 
Response Due
5/16/2025 12:00:00 PM
 
Archive Date
08/31/2025
 
Point of Contact
Regina Daniels, Phone: 5716230293, Georgia Dotson, Phone: 7033380278
 
E-Mail Address
regina.daniels@dla.mil, georgia.dotson@dla.mil
(regina.daniels@dla.mil, georgia.dotson@dla.mil)
 
Description
This solicitation is issued as a Request for Proposal (RFP), SPE60525R0200, 1.6V Jordan Posts, Camps and Stations (PC&S) and shall be processed in accordance with FAR 15, Contract by Negotiation. It includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2025-03 (01/172025), DFARS Change 01/17/2025, and Defense Logistics Agency Directive (DLAD) Change Number 2024-0906 (01/17/2025), with the same force and effect as if they were given in full text. The full text of the referenced clause and provision in this solicitation may be accessed electronically at https://www.ecfr.gov/current/title-48/chapter-1, https://www.acq.osd.mil/dpap/dars/dfarspgi/current/, and, https://www.dla.mil/Acquisition/Policy-and-Directives/#98025. This procurement is being issued as UNRESTRICTED. The North American Industry Classification System is 324110, Petroleum Refineries with a Small Business Size Standard of 1500 employees or no more than 200,000 barrels per calendar day (BPCD). The Product Service Code is 9130, Liquid Propellants and Fuels, Petroleum Base. This solicitation contains Attachments 1-3: Attachment 1 � Offer Submission Package Requirements Attachment 2 � Letters of Commitment Instructions Attachment 3 � Additional Text Instructions SPECIAL INSTRUCTIONS: 1. In accordance with FAR 52.216-1, TYPE OF CONTRACT (APR 1984), the Government contemplates award(s) of a Fixed Price Requirements contract with Economic Price Adjustment resulting from this combined synopsis/solicitation. The Period of Performance is from September 1, 2025, through August 31, 2028. There is a six (6)-month extension (option period) which is not included in the performance period. DLA Energy may conduct pre-award surveys to determine responsibility regarding the offeror�s transportation, technical, production, financial and quality assurance capabilities. 2. Delivery shall be Free On Board (FOB) Destination. 3. Offerors shall complete Attachments 1 through 3 and submit with your offer. Offerors shall provide name, title, and contact information of person(s) authorized to sign offer and negotiate with the Government in connection with this solicitation under AUTHORIZED NEGOTIATIORS. 4. Joint Contingency Contracting System (JCCS): All offerors and subcontractors must be registered and approved in JCCS to be eligible for contract award(s) in the U.S. Central Command (CENTCOM) Area of Operation (AOR). If Offeror is not approved by May 16, 2025 (Proposal deadline date), Offeror WILL NOT be further evaluated. Approved in JCCS and provide the CAGE Code and JCCS number for the prime contractor (i.e. the Offeror). The Offeror�s JCCS account information SHALL be current, accurate and complete by the date that offers are due. Provide the JCCS number for all proposed subcontractors. The subcontractors� JCCS account information must be current, accurate and complete by the date that offers are due. All offerors and subcontractors are required to submit their JCCS registration number with their offer. The Government may reject an offer if the offeror or any of its subcontractors have not approved in JCCS and uploaded all required documents by the deadline for receipt of proposals. Award(s) will not be made to any offeror whose subcontractors are not registered and approved in JCCS. complete vendor submission (for both the prime contractor and all subcontractors) in JCCS includes, but may not be limited to, the following: Valid and current Unique Entity Identifier, and/or North Atlantic Treaty Organization, Commercial and Government Entity (NCAGE) code Article of Association or Letters of Incorporation for the Company Host Nation Business License Tax Identification Certificate/Tax Clearance Letter Tax Statement Financial Documents: Bank Statement (within 6 months); Balance Sheet / Profit & Loss Complete questionnaire for CENTCOM (Sign certification within 6-month period) Current and valid photo identification of all owners, directors, and key personnel (referred to as KMP in the questionnaire) Complete the Company Questionnaire (in JCCS) for CENTCOM Eligibility The vendor is prompted to provide all these documents when completing the JCCS profile and questionnaires. Instructions for account registration and training can be found at www.jccs.gov. 5. Evaluation: The solicitation informs Offerors that in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process, the Government specifies that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. All factors will be evaluated in accordance with DoD Source Selection Procedures Appendix C, dated August 20, 2022. DLA Energy reserves the right not to conduct discussions prior to award and reserves the right to make multiple awards as a result of this RFP. DLA reserves the right not to award to the lowest price offeror if they are not deemed technically acceptable. Any deviation from the terms, conditions, or requirements of this RFP may result in offers being determined ineligible for award. 6. Notice of Voidability: Any contract awarded to an offeror who at the time of award was suspended, debarred or ineligible for receipt of contracts with any government agency or in receipt of proposed debarment from any government agency is voidable at the option of the Government. 7. Exceptions: Exceptions to the specifications, terms, and conditions of this solicitation may be pursuant to the Provision EVALUATION OF OFFERS (EXCEPTIONS/DEVIATIONS) (See ATTACHMENT 3 � ADDITIONAL TEXT INSTRUCTIONS). Indicate any exceptions and the extent to which the offer differs from the solicitation on company letter signed by an authorized representative of the company attached with the offer Exceptions that are accepted by the Government will be incorporated into any resultant contract. Exceptions that are rejected by the Government must be withdrawn by the offeror or the offer will be rejected. 8. The provision at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023), and related addenda applies to this acquisition. See FAR 52.212-1 under Clauses Incorporated by Full Text section. 9. The provision at FAR 52.212-2, EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), and related addenda applies to this acquisition. See FAR 52.212-2 under Clauses Incorporated by Full Text section. 10. The provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024), applies to this acquisition. All offerors and subcontractors must be registered in the System for Award Management (SAM). Instructions for account registration and training can be found at www.sam.gov. Offerors shall provide its Commercial and Government Entity (CAGE) Code from SAM with your offer. See FAR 52.212-3 under Clauses Incorporated by Full Text section. 11. The clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) applies to this acquisition. See FAR 52.212-4 under Clauses Incorporated by Full Text section. 12. Potential offerors are encouraged to submit any questions regarding this solicitation to the DLA Energy Point of Contact no later than 3:00 PM local time (Ft Belvoir, VA) on May 9, 2025. Telephonic (oral) questions WILL NOT be addressed. Responses to all questions will be provided to all interested parties via an SF 30 Amendment in the System for Award Management (www.sam.gov). 13. Proposals must be received no later than 3:00 PM local time (Ft Belvoir, VA) on May 16, 2025. All Offerors must complete the Fill-in provisions and clauses in ATTACHMENT 1 � OFFER SUBMISSION PACKAGE REQUIREMENTS and SF 1449 Blocks, 28. and return with your offer. Offers may be submitted via email to Regina Daniels, Contract Specialist, at email: regina.daniels@dla.mil and Georgia Dotson, Contracting Officer, at email: georgia.dotson@dla.mil. When submitting offers, the RFP number, SPE60525R0200, shall be in the subject line of the email. Offerors must submit pricing in unit price/per gallon format: Example: ($0.000000/USG). Offerors submitting electronic responses to this solicitation must limit email size to 10MB for a single email. Emails over 10MB may not be delivered because of server restriction on mail size for delivery. Offeror assumes all risk for any delay in the transmission of their proposals. Any offers received after the deadline will not be considered. All offerors are encouraged to review FAR 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) and solicitation provision EMAIL PROPOSALS (See ATTACHMENT 3 � ADDITIONAL TEXT INSTRUCTIONS). All offerors are encouraged to submit their proposals early. Offerors will receive an e-mail from DLA Energy confirming receipt of proposal. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 14. Acknowledgement of Amendments: If issued, all offerors must acknowledge receipt of any amendments to this solicitation. An offeror�s designated agent can do this by completing Block 8, signing, and returning one (1) copy of the amendment to Regina.Daniels@dla.mil and Georgia.Dotson@dla.mil. Offeror�s designated agent must ensure Blocks 15A, 15B, and 15C of the Standard Form 30 are completed. NOTE: The U.S. Government is tax exempt. DO NOT include any taxes in offered prices for which the U.S. is tax exempt. The U.S. and Jordan have a Status of Forces Agreement (SOFA) that exempts the U.S. Government from all duties and taxes on products, property, materials, or equipment imported into or acquired in Jordan or on behalf of the United States Government. Original text of the agreement is available at https://2001-2009.state.gov/documents/organization/99320.pdf. Any violation of the Iran Sanctions Act is strictly forbidden. The Contractor shall not source nor blend any portion of the fuel-destined for DLA Energy with refined fuel products sourced from Iran. In accordance with FAR 52.212-3 � OFFEROR REPRESENTATIONS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024), by submission of its offer, the offeror certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. 15. Close coordination with site personnel and DLA Energy Middle East Office is required prior to each delivery. Offeror shall have all necessary equipment to deliver fuel into storage apparatus for each line item. The Contractor shall provide the tank batch Certificates of Quality (COQs) represented for all fuel deliveries under the resultant contract/order to the DLA Energy Middle East Office at DESC-ME.quality.dla.mil for approval prior to any deliveries. In addition, provide COQs to the customer at the time of delivery. A DD250 is to be used as the bill of lading to which the following be included for all products: temperature, density, corrected density and corrected quantities (if required) on all shipment documents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b533494c5e374ede86cca488bfb60dbc/view)
 
Place of Performance
Address: Azraq, JO-MA, JOR
Country: JOR
 
Record
SN07429761-F 20250504/250502230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.