Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2002 FBO #0167
SOLICITATION NOTICE

91 -- Nitrogen Tetroxide, Propellant Oxidizer

Notice Date
5/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center - Missile Fuels, Building 1621-K 2261 Hughes Avenue, Suite 128, Lackland AFB, TX, 78236-9828
 
ZIP Code
78236-9828
 
Solicitation Number
SP0600-02-R-0306
 
Response Due
6/3/2002
 
Point of Contact
Larry Brehm, Chief Contracting Division, Phone 210-925-7249, Fax 210-925-9758, - Ellen Shannon, Contract Specialist, Phone 210 925-2124, Fax 210 925-9758,
 
E-Mail Address
lbrehm@desc.dla.mil, eshannon@desc.dla.mil
 
Description
Contracting Office Mailing Address: Defense Energy Support Center- Missile Fuels, Building 1621-K 2261 Hughes Avenue, Suite 128, Lackland AFB, TX 78236-9828, The Defense Energy Support Center (DESC) contemplates the award of a five-year firm fixed price requirements type contract using FAR Part 12 COMMERCIAL ACQUISITION procedures for Nitrogen Tetroxide (N204) (propellant oxidizer, all grades) products in accordance with MIL-P-26539D, issue date of approximately 31 May 2002 with response due on or before 1 July 2002. Product is a hazardous material (inhalation poisonous and potential carcinogen). The solicitation issued subsequent to this notice, under Solicitation Number SP0600-02-R-0306, will be an unrestricted competitive procurement for product to be delivered FOB Origin, with initial production anticipated to be on or before 1 December 2002. Estimated annual quantity of product (inclusive of all grades) for FY 2003 is 1,430,000 pounds. Annual quantity of 250,000 to 300,000 pounds of product (combined total of all grades) is estimated for each of the remaining 4 years of the contract performance period. Product supplied will be delivered FOB origin in government-owned tank trucks, tank railcars, and cylinders. This procurement will include Schedule B line items for Product: (bulk and cylinder) and Services: Hydrostatic Testing; Reprocessing; Quality Testing; Disposal; Cylinder Maintenance; Inspection and Testing. The RFP will also include A separate line item against which offerors may propose irrespective of proposal for product, for Technical Escort Team Services in support of Rail and Tank truck shipments to include Equipment and Support in accordance with Department of Transportation regulations; Rail car tracking maintenance and support and monitoring - Defense Transportation Tracking System; Participation and Support of Emergency Response Plan and Exercise for Highway and Rail transportation. NOTE: DESC anticipates receiving authority to enter into long term contracts (longer than 5 years) with approval of FY2003 appropriation and authorization bill. However, this authority is not in effect at this time. In consideration of the potential for this authority DESC contemplates including a line item on Schedule B for the above described five year fixed price requirements for N204, as well as additional line item on Schedule B providing offerors an opportunity to propose pricing for a 10-year fixed price requirements contract, with two five-year options. These additional Schedule B line items will be included in evaluation of offeror proposals as a factor in determining best value for the government. Offerors are cautioned that additional Schedule B (10-yr plus options) award authority will not exist at time of anticipated award of the instant procurement, and the Government is NOT obligated for any costs associated with proposal preparation, for basic and/or additional Schedule B proposal efforts. Potential offerors are not required to propose on additional Schedule B (10 yr) line items in order to be responsive to this procurement, although all line items will be considered in determining the proposal most advantageous for the Government. Only written or FAXed requests are acceptable. A pre-proposal conference will be held on or about 5 June 2002, at DESC, Lackland AFB, TX 78236. Questions and requests for information are required to be submitted in writing prior to or during the pre-proposal conference. The North American Industry Classification System Code (NAICS) is 325120. Small Business Size Standard is 1000. For questions regarding Small Business or Small Disadvantaged Business Affairs to Mrs. Kathy Williams of the DESC Small Business Office at 1-800-523-2601 or 703-767-9465. Point of Contact: Ellen Shannon, Contract Specialist, Phone 210-925-2124, Fax 21-925-9578, Email eshannon@desc.dla.mil or Larry Brehm, Contracting Officer, Phone (210) 925-7249, Fax (210) 925-9758, Email lbrehm@desc.dla.mil
 
Place of Performance
Address: Various
Country: USA
 
Record
SN00078063-W 20020518/020516213030 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.