SOLICITATION NOTICE
91 -- 3.22 COG 2: Synopsis SPE605-25-R-0222
- Notice Date
- 8/1/2025 11:00:51 AM
- Notice Type
- Presolicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60525R0222
- Response Due
- 8/15/2025 12:00:00 PM
- Archive Date
- 08/30/2025
- Point of Contact
- Kandace Wright, Phone: 5715962671, ORLANDO MERRITT, Phone: 5715851387
- E-Mail Address
-
kandace.wright@dla.mil, Orlando.Merritt@dla.mil
(kandace.wright@dla.mil, Orlando.Merritt@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation SPE605-25-R-0222 ; DLA Energy FEPCA Purchase Program COG 3.22: Connecticut (CT), Massachusetts (MA), Maine (ME), New Hampshire (NH), New Jersey (NJ), New York (NY), Pennsylvania (PA), Rhode Island (RI), Vermont (VT). (i) This is a pre-solicitation notice only. DO NOT submit proposals or inquiries until solicitation is posted. This is a synopsis for commercial items prepared in accordance with the format in FAR Subpart 5.2, as supplemented with additional information included in this notice. (ii) The Solicitation number is SPE605-25-R-0222, and it will be issued as a Request for Proposal (RFP). The solicitation will include approximately 579 line items. (iii) Description of Items Being Procured: This acquisition is for distillates and residuals for Department of Defense and Federal Civilian Agencies in the states of Connecticut (CT), Massachusetts (MA), Maine (ME), New Hampshire (NH), New Jersey (NJ), New York (NY), Pennsylvania (PA), Rhode Island (RI), Vermont (VT). (iv) Line items for the U.S. Department of Veterans Affairs (VA) locations will be set aside for service-disabled veteran-owned small businesses (SDVOSBs). Pursuant to 38 U.S.C. �8127(d) and (j), purchases on behalf of the VA must be set aside for SDVOSBs if there is a reasonable expectation that two or more SDVOSBs will submit offers, and award can be made at a fair and reasonable price. If an offer cannot be determined fair and reasonable, the set-aside will be dissolved and the items awarded on an unrestricted basis to other Small Business concerns. (v) The solicitation line items will be grouped by location for all-or-none awards, where applicable. Offeror must be able to offer on all line items in the grouping to be considered for award. Groups will be evaluated as all or none and will be awarded to the technically acceptable offeror with the lowest overall extended price for each group.. All solicited line-item(s) for each location identified will be evaluated and awarded independently unless in a group. Items not included in a group will be awarded independently at the item level. **NOTE: After a contract award, if one line item in a group is terminated, the entire group shall be terminated, and other SB concern offers for the terminated group shall be evaluated for award in accordance with the solicitation. (vi) At the least vendors will be expected to provide a copy, when solicitation is released, of the following information: To be timely, offers must be received by: Date to be determined in solicitation; 3:00 pm, Eastern Standard Time (EST). Offeror must be registered in SAM.gov prior to contract award Offerors are to adhere to FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023) Commitment letters for fuel and transportation. To include pictures of trucks to be used Offerors shall provide copies of supplier and transportation agreements for all solicited fuel types. Transportation agreements shall state the number of trucks and the VIN numbers; which trucks may be dedicated to jet fuel. If the vehicles are not, the offeror shall submit any cleaning procedures that are to be used. Offeror will submit a commitment letter from its supplier. Offerors shall provide a copy of the certificate of analysis or certificates of quality for all the types of fuel offered or will not be considered for evaluation. COA should be within 90 days of submission. COA has to be approved by DLA quality as part of technical evaluation factor. Offerors shall submit a completed and signed Standard Form (SF) 1449, �Solicitation/Contract/Order for Commercial Items,� provided herein. The offeror�s proposal shall contain a statement, for each fuel offered on, substantially similar to the following: [Name of Offeror] proposes to deliver [product] conforming to [specification]. A signed copy of all amendments that have been issued; Offeror must submit pricing for all line items in an aggregate group in order to be considered for an award of that aggregate group. The following filled out sections: TRANSPORT TRUCK AND/OR TRUCK AND TRAILER FREE TIME AND DETENTION RATES (PC&S) (DLA ENERGY AUG 2005 NOTIFICATION OF CHANGE IN TRANSPORTATION COMPANY (PC&S) (DLA Energy APR 2005) ADDRESS TO WHICH REMITTANCE SHOULD BE MAILED (DLA ENERGY JAN 2017) ELECTRONIC TRANSFER OF FUNDS PAYMENTS � FEDERAL RESERVE WIRE TRANSFER SYSTEM (DLA ENERGY JAN 2012) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021). FAR 52.209-5 Certification Regarding Responsibility Matters (AUG 2020). FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (DEC 2022) AUTHORIZED NEGOTIATORS (DLA ENERGY APR 2007) FOREIGN TAXES (DLA ENERGY NOV 2014) � Check to see if this is still included and not deleted. NOTIFICATION OF TRANSPORTATION COMPANY TO BE UTILIZED IN THE DELIVERY OF PRODUCT (PC&S) (DLA ENERGY JAN 2012) *DLA Energy Contracting may require additional documentation or remove documentation need once the solicitation is posted or before closing. (vii) For additional information on Solicitation SPE605-25-R-0222 contact the individuals below: Kandace Wright Orlando Merritt Contract Specialist Contracting Officer Phone: (571) 596-2671 Phone: (571) 585-1387 Email: kandace.wright@dla.mil Email: orlando.merritt@dla.mil Email: 2026COG2Solictiation@dla.mil Email: 2026COG2Solictiation@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7b6130fe4934ec6ac57cc85e5655a3e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07533946-F 20250803/250801230046 (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 |