Louisiana Bids > Bid Detail

Blanket Purchase Agreement for USACE Fuel Purchases

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159384909139197
Posted Date: Mar 17, 2023
Due Date: Mar 29, 2023
Solicitation No: W912P823A
Source: https://sam.gov/opp/22eb20ff53...
Follow
Blanket Purchase Agreement for USACE Fuel Purchases
Active
Contract Opportunity
Notice ID
W912P823A
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST N ORLEANS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 16, 2023 10:23 am CDT
  • Original Date Offers Due: Mar 29, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9140 - FUEL OILS
  • NAICS Code:
    • 424720 - Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
  • Place of Performance:
    New Orleans , LA 70118
    USA
Description

This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only synopsis/solicitation that is being posted in accordance with the Scope of Work and a written solicitation will not be issued. NAICS Code: 424720.



The U.S. Army Corps of Engineers, New Orleans District, has a requirement for commercial sources to provide fuel as listed in the details below. This requirement is being issued as 100% Small Business Set Aside and is being procured as a Blanket Purchase Agreement (BPA) under FAR Part 13.303. The Government anticipates one,



2-year BPA from this solicitation from which future BPA call orders will be placed against. The BPA will have an estimated $500,000.00 purchase limitation.



SPECIFICATIONS



CONTRACTOR INSTRUCTION AND GUIDELINES



SECTION I – INTRODUCING THE BPA



1. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources of supply. BPA’s are designed to reduce administrative costs in accomplishing small purchases by eliminating the need for issuing individual purchase documents. In other works, the Government uses BPA’s when we know that we will need a basic requirement over and over, but can’t say for sure when or how many of items will be required. A good example would be fuel deliveries or automobile parts.



2. A BPA is an agreement between the Government and a Contractor which sets the stage for us to buy something quickly. All of the conditions of sale are negotiated when the BPA is initially established, so the Contractor know up front the kind of item we will be buying, and we know how much it’s going to cost us for each item we buy.



3. BPA’s are often “decentralized” and that is when the ordering officer comes into the picture. As an ordering officer for the Government, they determine the necessary requirements, and place the call to the Contractor to request delivery of those items.



SECTION II – BPA TERMS AND CONDITIONS



1. Description of agreement. Government Orders shall be made on an as needed basis. The Contractor shall deliver the fuel within 24 hours of receiving the Government Order. Please provide the Primary or Alternate POC at least a two hour notice prior to delivery.



The Contractor shall provide truck delivery of Red-Dyed Ultra Low Sulfur Diesel Fuel, Grade 2, NSN #9140-01-541-6760. Delivery must be made by Tank Truck (TT) with a pump and meter. The Contractor must provide a minimum of 50 feet of hose with a 2 inch female camlock connection. The tank is above ground.



The Contractor shall deliver the fuel to the following address:



U.S. Army Corps of Engineers



Point Coupee Pump Station



8964 Coon Rd.



Batchelor, LA 70715



The Contractor should contact the Pumping Station at (225) 492-3522 for delivery driving directions.



2. Extent of obligation. The Government is obligated only to the extent of authorized purchases actually made under the BPA.



3. Purchase limitation. Government Orders shall be made on an as needed basis with a minimum order consisting of 7,500 gallons and a maximum order consisting of 30,000 gallons.



4. Individuals authorized to purchase under the BPA. Following individuals are authorized to place orders:



The Primary delivery point of contact (POC) is:



Stacey Hodnett



Email: Stacey.L.Hodnett@usace.army.mil



Office: (225) 492-2159



Cell: (225) 362-7959



The Alternate delivery point of contact (POC) is:



Kayla LeBlanc



Email: Kayla.L.LeBlanc@usace.army.mil



Office: (225) 492-2169



Cell: (225) 245-4041



5. Delivery tickets. All shipments under the agreement, except those for newspapers, magazines, or other periodicals, shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:



i. Name of supplier.



ii. BPA number.



iii. Date of purchase.



iv. Purchase number.



v. Itemized list of supplies furnished.



vi. Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).



vii. Date of delivery or shipment.



6. Invoices. An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not yet been received. These invoices need not be supported by copies of the delivery tickets.



Your invoice must include the following:



a. Company name and address



b. Invoice date and number



c. BPA number, the BPA Call Number, and the CLIN Number



d. Description, quantity, unit of measure, unit price and extended price of the item delivered.



e. Terms of any discount for prompt payment offered.



f. Name, title, and phone number of person to notify in event of defective invoice.



g. Electronic funds transfer (EFT) banking information (if you request payment by EFT and the paying CPTS can accommodate EFT payments).



h. INVOICE: The invoice shall be submitted electronically to Kayla LeBlanc at Kayla.L.LeBlanc@usace.army.mil.



7. Ordering Period: March 2023 to March 2025



8. BPA Ceiling: $500,000.00



9. Unit Price. The unit price will be the offeror’s best price on the day the order is placed. The Government will not exceed 2% over the previous week’s Weekly Gulf Coast No 2 Diesel Ultra Low Sulfur (0-15 ppm) Retail Prices Dollars per Gallon as published by the U.S. Energy Information Administration. https://www.eia.gov/dnav/pet/hist/LeafHandler.ashx?n=PET&s=EMD_EPD2DXL0_PTE_R30_DPG&f=W



The full text of these clauses can be accessed electronically at website: http://www.acquisition.gov.



The following Clauses apply to this acquisition and are incorporated by reference:



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



52.204-7 System for Award Management (SAM)



52.204-13 SAM Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-18 Commercial and Government Entity Code Maintenance



52.204-22 Alternative Line Item Proposal



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations



52.211-17 Delivery of Excess Quantities



52.212-1 Instructions to Offerors--Commercial Items



52.213-1 Fast Payment Procedure



52.213-2 Invoices



52.217-9 Option To Extend The Term Of The Contract



52.223-19 Compliance with Environmental Management Systems



52.229-4 Federal, State, And Local Taxes (State and Local Adjustments



52.232-23 Assignment of Claims



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.233-1 Disputes



52.233-4 Applicable Law for Breach of Contract Claim



52.239-1 Privacy or Security Safeguards



52.245-9 Use And Charges



52.247-34 FOB Destination



52.253-1 Computer Generated Forms



252.203-7000 Requirements Relating to Compensation of Former DoD Officials



252.203-7001Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7003 Agency Office of the IG



252.203-7004 Display of Hotline Posters



252.203-7005 Representation Relating to Compensation of Former DoD Officials



252.204-7000 Disclosure Of Information



252.204-7003 Control Of Government Personnel Work Product



252.204-7006 Billing Instructions



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism



252.223-7004 Drug Free Work Force



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7042 Authorization to Perform



252.225-7048 Export-Controlled Items



252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7010 Levies on Contract Payments



252.243-7001 Pricing Of Contract Mods



252.244-7000 Subcontracts for Commercial Items



252.247-7023 Transportation of Supplies by Sea



QUOTATION DUE DATE:



Capability Statements supporting requirements of the Scope of Work must be received no later than 29 March 2023 at 12:00 pm CT. Capability Statements and Quotes (Price Lists) should be e-mailed to Katherine.B.Younts@usace.army.mil. Offerors must be registered at the time of quote submission with the System for Award Management (SAM) to receive a Government Blanket Purchase Agreement. You may register online at http://www.sam.gov.




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 7400 LEAKE AVE
  • NEW ORLEANS , LA 70118-3651
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 16, 2023 10:23 am CDTCombined Synopsis/Solicitation (Original)

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 >