Clear ULSD Fuel Grade # 2 Diesel
ID: 458368CEType: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFBROOKHAVEN NATL LAB -DOE CONTRACTORUpton, NY, 11973, USA

NAICS

Petroleum Refineries (324110)

PSC

OPERATION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (M1HA)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 10:00 PM UTC
Description

The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for the procurement of Clear Ultra-Low Sulfur Diesel (ULSD) Fuel Grade #2, essential for the laboratory's operations in Upton, New York. The procurement requires vendors to provide specific quantities of fuel, adhere to stringent quality assurance protocols, and comply with federal, state, and local environmental regulations, including ASTM D 975 standards. This fuel is critical for maintaining BNL's Central Steam Facility, ensuring operational efficiency while upholding environmental responsibility. Interested vendors must submit their quotes by January 29, 2025, and direct any inquiries to Cheryl Eleazer at eleazerc@bnl.gov, with a total contract value of up to $200,000 and a performance period of 52 weeks, potentially extendable for four additional years.

Point(s) of Contact
Files
Title
Posted
Jan 28, 2025, 10:11 PM UTC
The Brookhaven National Laboratory (BNL), operated by Brookhaven Science Associates LLC under a contract with the Department of Energy, is issuing a request for procurement of Clear Ultra-Low Sulfur Diesel (ULSD) Fuel for its operations in Upton, New York. The document outlines specific quantities, product specifications, and quality assurance protocols the selected supplier must adhere to. The supplier is expected to deliver the fuel following federal, state, and local environmental regulations, including adherence to ASTM D 975 standards. The procurement details cover delivery scheduling, vehicle requirements, spill control measures, and safety compliance. Vendors must provide proper documentation, including metered delivery tickets and certificates of conformance. The contract also stipulates pricing based on Oil Price Information Service postings and requires transparency in invoicing to include all applicable taxes. In case of spills, immediate reporting and remediation are mandatory, with costs for remediation deducted from the vendor’s invoice if the vendor is at fault. This procurement illustrates the laboratory's commitment to compliance and environmental responsibility while ensuring operational efficiency.
Jan 28, 2025, 10:11 PM UTC
The New York State Department of Environmental Conservation has outlined instructions for completing the Major Petroleum License Fee Secondary Transfer Certificate. This certificate is essential for the legal transfer of petroleum products among licensed Major Oil Storage Facilities (MOSF). The document details the responsibilities of transferors and transferees in the transfer process, including required information such as company details, product type, volume, and transfer method. Each party involved in the transfer must maintain a copy of the certificate to ensure compliance with State Navigation Law Article 12. The certificate must be filled out for each transaction and includes multiple parts (A, B, C, D) for recording the transferor and transferee information at each stage of the transfer. It emphasizes that if the transferee is a licensed MOSF, they are not responsible for monthly license fees on transferred products if the proper certificate is presented. Additionally, all parties involved must sign to certify the accuracy of the information provided, under penalties of perjury. This document facilitates the regulation of petroleum transfers, ensuring all transactions are properly recorded and fees accounted for, aligning with governmental compliance needs.
Jan 28, 2025, 10:11 PM UTC
The document outlines the General Terms and Conditions for commercial items and services at Brookhaven National Laboratory, established by Brookhaven Science Associates, LLC (BSA). It defines key terms, such as "Agreement," "Contractor," and "Government," and specifies the order of precedence in case of inconsistencies within the contract documents. The agreement emphasizes a respectful workplace policy and procedures for reporting safety and technical concerns. It details processes for accepting, inspecting, and paying for services, including clauses on unauthorized obligations, warranties, and limitations of liability. Notably, it highlights the requirement that the Contractor complies with relevant laws, including environment and safety standards, and addresses intellectual property, patent indemnity, and conditions regarding suspect and counterfeit items. Additionally, the document includes frameworks for resolving disputes, assigning the agreement, and terminating for convenience or default. The stipulations reinforce compliance with governmental regulations in the context of RFPs and grants, ensuring accountability, quality standards, and safety in procurement operations.
Jan 28, 2025, 10:11 PM UTC
Brookhaven National Laboratory (BNL) has issued a Purchase Order (PO) to supply Clear Ultra-Low Sulfur Diesel (ULSD) Fuel Grade #2, with a total maximum compensation of $200,000. The contractor is responsible for delivering the fuel on an as-needed basis, escorting BSA personnel throughout the delivery process, and adhering to U.S. Department of Transportation regulations for hazardous materials. The PO specifies a 52-week performance period, with a potential four-year extension, and requires compliance with safety, quality assurance, and environmental standards. Invoices will be processed electronically, with a payment term of net 30 days. Key conditions include requirements for quality control, notification protocols for changes in materials or processes, and the necessity for proper documentation during fuel delivery. The contract also mandates that the vendor ensures contamination prevention and remediation in case of spills. The PO aligns with the U.S. Department of Energy’s comprehensive guidelines, emphasizing the importance of safety, regulatory adherence, and sustainability in the procurement process. This document illustrates BNL's commitment to maintaining operational integrity while fulfilling its fuel supply needs responsibly.
Jan 28, 2025, 10:11 PM UTC
The **Annual Representations & Certifications** form, known as AMS-FORM-050, is a comprehensive document required by Brookhaven National Laboratory (BNL/BSA) for all Offerors seeking to provide goods or services under U.S. Government contracts. It outlines the registration, representations, and certifications necessary for compliance, catering to both large and small businesses. Key sections include Business Information, which mandates disclosure of essential details like the business name, address, contact information, and Unique Entity Identifier (if applicable). Small Business Offerors must provide additional certifications to affirm their status under federal regulations. In terms of accountability, the document stipulates certifications regarding previous legal responsibilities and compliance with federal standards, including lobbying activities, executive compensation disclosures, and adherence to Equal Opportunity regulations. Moreover, Offerors must agree to provide accurate representations in upholding several federal regulations, ensuring transparency and ethical conduct in securing subcontracts. The form aims to streamline data collection while ensuring that all representations align with current government standards, maintaining a fair contracting process. Overall, the document serves as a crucial tool in the federal procurement landscape to facilitate compliance and accountability among Offerors while supporting government contracting needs.
Jan 28, 2025, 10:11 PM UTC
The document outlines a Quotation Pricing Sheet relating to a Request for Quotation (RFQ) for Clear ULSD Fuel Grade #2 Diesel intended for the Brookhaven National Laboratory, managed by Brookhaven Science Associates, LLC, under a U.S. Department of Energy contract. The RFQ, dated January 15, 2025, solicits pricing for procuring diesel fuel, specifying that the pricing must adhere to the maximum published rates in the Oil Price Daily for Long Island, NY. The document emphasizes the conditionality of fuel pricing based solely on a fixed add-on to the published weekly price, highlighting variability in fuel quantity requirements due to factors like seasonality and regulations. Detailed sections include the product code, national stock number, and terms for delivery and payment. Offerors must concur with BSA's terms by signing and submitting this form, affirming their capability to fulfill the specified delivery schedule. This procurement procedure is a part of federal acquisition processes, ensuring compliance with federal requirements while addressing operational needs for the laboratory's multi-fuel boilers.
Jan 28, 2025, 10:11 PM UTC
The document is a vendor ACH (Automated Clearing House) authorization form managed by Brookhaven Science Associates under the U.S. Department of Energy. Its primary purpose is to authorize Brookhaven National Laboratory to initiate ACH credit entries to a specified bank account for vendor payments. Key components include sections for vendor information such as company name, tax ID number, and banking details including the financial institution's routing number and checking account number. The authorization remains valid until either party provides written notice for termination or modification. The form requires the signature and contact information of an authorized representative. This document complies with NACHA regulations regarding ACH transactions, aligning with practices necessary for federal grants and local RFPs to facilitate secure payment processes between the laboratory and its vendors.
Jan 28, 2025, 10:11 PM UTC
The IRS Form W-9, used to request a Taxpayer Identification Number (TIN) and certification, is essential for individuals and entities providing information to the IRS regarding payments received. The form requires the name of the individual or entity, tax classification, and TIN. New updates include specific instructions for disregarded entities and the need for flow-through entities to indicate the presence of foreign partners. Complete and accurate information prevents backup withholding and ensures compliance with IRS regulations under various payment scenarios, including interest, dividends, and contractor payments. Furthermore, the form necessitates certification under penalties of perjury, affirming that the TIN provided is correct and the individual is not subject to backup withholding. It also outlines obligations for updating information and includes penalties for failure to furnish accurate taxpayer information. In summary, the W-9 is a critical document in federal tax reporting, facilitating accurate financial transactions and compliance within government and business settings.
Jan 28, 2025, 10:11 PM UTC
The Form W-8BEN-E serves as a Certificate of Status of Beneficial Owner for U.S. tax withholding and reporting for entities that are not U.S. persons. It is crucial for entities claiming benefits under tax treaties or who are tax-exempt under U.S. law. The form requires identification of the beneficial owner, including details such as name, address, and entity type, and stipulates specific statuses for various foreign entities, such as foreign governments, international organizations, and investment entities, among others. Each status holds distinct certifications to be acknowledged for compliance with U.S. tax laws. Additionally, the form details requirements for entities claiming tax treaty benefits, certifications related to financial institutions, and conditions for special entity classifications, including nonprofit organizations and exempt retirement plans. The completion of this form is vital for entities to ensure correct tax reporting and withholding obligations when engaging in U.S.-source income transactions. The comprehensive instructions outline what information is needed and the proper context for its submission, underscoring its significance in the landscape of federal grants and compliance with IRS requirements.
Jan 28, 2025, 10:11 PM UTC
The RFQ No. 458368CE pertains to the procurement of Clear ULSD Fuel Grade #2 Diesel for the Brookhaven facility in Upton, NY. The requested estimated annual volume ranges from 24,000 to 32,000 gallons, with winterized fuel required from November to February. Delivery addresses have been clarified; however, the facility lacks on-site fuel pumps, necessitating bidders to include a pump charge in their pricing. Average delivery loads are expected to be around 8,000 gallons. Notably, while the contract spans 24 months, Brookhaven does not permit annual price adjustments due to fluctuations in product or freight costs. This document serves as a guideline for potential bidders regarding the specifics of fuel delivery requirements and conditions for the said contract.
Jan 28, 2025, 10:11 PM UTC
The document outlines the procurement process for Clear Ultra-Low Sulfur Diesel (ULSD) Fuel Grade #2 for Brookhaven National Laboratory (BNL), managed by Brookhaven Science Associates, LLC, under a U.S. Department of Energy contract. It serves as a quotation pricing sheet submitted in response to a solicitation dated January 15, 2025. The pricing structure is based on the mid-point published price for fuel on Long Island, NY, with a fixed add-on rate applicable for the duration of the Purchase Order, including option years. Delivery and payment terms are stipulated as FOB Destination, Net 30 Days, addressing potential variability in fuel quantities due to seasonal and regulatory factors. By signing the document, the offeror agrees to the terms, delivery schedule, and requirements set forth by BSA. This procurement is essential for maintaining BNL's Central Steam Facility, highlighting the importance of reliable fuel supplies in government operations and compliance with environmental standards.
Jan 28, 2025, 10:11 PM UTC
Brookhaven Science Associates, LLC (BSA), operating under a contract with the U.S. Department of Energy, is soliciting quotes for Clear ULSD Fuel Grade #2 Diesel. The Request for Quote (RFQ) number 458368CE outlines that interested vendors must submit their quotes by January 29, 2025, and respond to specific qualifiers regarding their capability to meet delivery and reserve requirements. The procurement aims for competitive bidding, and awards will go to the lowest priced offeror meeting all technical specifications. Pricing must be inclusive and based on an established oil price rate, with a contract period potentially extending until February 2030 if all options are exercised. Additionally, potential vendors must ensure registration in the System for Award Management (SAM) and complete necessary forms, including a quotation pricing sheet and any applicable representations and certifications. The document emphasizes compliance with the Buy American Act and sets small business goals for potential subcontracting. BSA explicitly states it does not guarantee minimum purchase quantities and requires submission of all required documents by the specified deadlines for consideration.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Ship Propulsion Fuel (Bunkers)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
Oracle Database Enterprise Ed
Buyer not available
The Department of Energy, through Brookhaven National Laboratory operated by Brookhaven Science Associates, LLC (BSA), is seeking quotes for the procurement of Oracle Database Enterprise Edition software and related support services for the year 2025. The specific requirements include four units each of Oracle Database Enterprise Edition, Oracle Tuning Pack, Oracle Diagnostics Pack, and Change Management Pack, along with two units of Oracle Database Standard Edition, all on a perpetual license basis. This procurement is critical for maintaining the operational efficiency and data management capabilities at the laboratory, ensuring compliance with federal regulations and quality assurance standards. Interested vendors must submit their quotes by December 4, 2024, at 5 PM EST, and can direct inquiries to David Blackmore at dblackmore@bnl.gov.
Diesel Fuel BPA - Pointe Coupee Pump Station
Buyer not available
The U.S. Army Corps of Engineers, New Orleans District, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the procurement of Red-Dyed Ultra Low Sulfur Diesel Fuel for the Pointe Coupee Pump Station in Louisiana. This BPA aims to streamline the acquisition process for fuel, allowing for quick purchases without individual purchase orders, with a minimum order of 7,500 gallons and a maximum of 30,000 gallons, and deliveries required within 24 hours of order placement. The initiative is crucial for ensuring timely fuel availability to support military operations while promoting small business participation in federal procurement. Interested parties can contact Leann Thornton at leann.r.thornton@usace.army.mil or Katherine Younts at katherine.b.younts@usace.army.mil, with the BPA having an estimated ceiling of $500,000 for a one-year term with an option for an additional year.
Trillium Helium Compressors or its Equivalent
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of Trillium Helium Compressors or equivalent products under a Firm Fixed Price (FFP) contract. Vendors are required to provide detailed quotes that include the country of origin, Unique Entity Identifier (UEI), lead time, and pricing justification, which can be supported by a published price list or a redacted invoice from previous sales. The compressors are critical for scientific and engineering applications at the laboratory, emphasizing the importance of compliance with federal regulations and quality assurance standards. Interested vendors must ensure registration in the System for Award Management (SAM) and submit their quotes by the specified deadline, with all pricing valid for 60 days. For further inquiries, vendors can contact Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
"NEW" MOTREC MT340 48V HD TUGGER or its Equivalent per (ATTACHMENT 1_motrec_48HD_tugger_sow)
Buyer not available
The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of a "NEW" Motrec MT340 48V HD Tugger or its equivalent, as outlined in the attached Statement of Work (SOW). The requirement includes specific performance criteria such as a single passenger seating capacity, a 500-pound load limit, and a towing capacity of 20,000 pounds, with an emphasis on compliance with federal procurement regulations and quality assurance standards. Interested vendors must provide detailed quotes including country of origin, Unique Entity Identifier (UEI), lead time, and pricing justification, with all submissions due within 60 days of the quote request. For further inquiries, vendors can contact Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
Pfeiffer Leak Detector & Supplies(No Substitutes)
Buyer not available
The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of Pfeiffer Leak Detectors and associated supplies, with a strict no substitutes policy. Vendors are required to provide a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, along with specific documentation including the origin of manufacture and a Unique Entity Identifier (UEI). This equipment is critical for maintaining operational integrity in laboratory settings, ensuring compliance with quality assurance standards and regulatory requirements. Interested suppliers must submit their quotes by the specified deadline, and for further inquiries, they can contact Alysha Benincase at abenincas@bnl.gov.
29--COOLLY,FUEL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 2910123806134, specifically for the item COOLLY, FUEL, with a total quantity of 8 units required. This procurement is part of a potential Indefinite Delivery Contract (IDC) that may last for one year or until the total orders reach $250,000, with an estimated four orders anticipated annually. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically for the 2025 Purchase Program. This procurement aims to acquire various fuel types, including Naval Distillate (F-76), JP5, JP8, and Jet A-1, to support military operations across multiple locations in the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a mandatory electronic submission process via the Bulk Offer Entry Tool (OET). Interested vendors must submit their proposals by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez or Paul Johnson via their provided email addresses.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically for the Department of Defense and Federal Civilian Agencies. The procurement includes a total of 758 Contract Line Items (CLINs) for different fuel types, with a performance period extending from the date of award through May 31, 2028, and a significant portion of the items set aside for small businesses and Service-disabled Veteran-owned Small Businesses (SDVOSBs). This solicitation is crucial for ensuring a reliable supply of fuel necessary for military and governmental operations across multiple states, emphasizing compliance with quality standards and logistical requirements. Interested vendors must submit their proposals by May 1, 2023, and can direct inquiries to primary contact Danette Stewart at danette.stewart@dla.mil or 571-363-8808.
Tanker Truck Fuel Pick-up
Buyer not available
The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.