SOURCES SOUGHT
B -- COMMERCIAL LABORATORY TESTING
- Notice Date
- 10/31/2014
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-15-R-0503
- Archive Date
- 12/16/2014
- Point of Contact
- Darcel Tolliver, Phone: 7037577664, Yomara Lourido, Phone: 7037679346
- E-Mail Address
-
Darcel.Tolliver@dla.mil, Yomara.Lourido@dla.mil
(Darcel.Tolliver@dla.mil, Yomara.Lourido@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only. It seeks information from small business sources that can provide laboratory services. No solicitation is being issued at this time. For reference purposes, this FBO notice is numbered SP0600-15-R-0503. The amount of information available at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy, Bulk Petroleum Supply Chain Services Overseas Storage and Services Division - FESBC seeks a small business to perform complete analysis of petroleum and related products, causes of identified problems, and to recommend methods to correct the problem, solutions for products which do not meet applicable U.S. Government and commercial specifications and standards, or product disposition. Products include: aviation turbine fuels, gasolines, middle distillates (diesel fuel, marine fuel, kerosene, fuel oils), residual fuel oils, lubricating oils/engine oils, additives, biofuels, synthetic fuels, blends of petroleum fuel and biofuel/synthetic at different ratios. In addition the laboratory shall be capable of performing or providing state-of-the-art qualitative and quantitative elemental analyses of fuels and related materials to include but not limited to Gas Chromatography/Mass Spectrometry, thin-layer liquid chromatography, high-performance liquid chromatography, atomic absorption analysis, x-ray fluorescence, x-ray spectroscopy/x-ray diffraction, nuclear magnetic resonance analysis, infrared spectroscopy, UV-Visible Spectroscopy, Scanning Electronic Microscope, Inductively Coupled Plasma-Atomic Emission Spectrometry, Hazardous Materials analysis per the Environmental Protection Agency's SW-846: Test Methods for Evaluating Solid Waste. Tasks based on new requirements throughout the period of performance will include proposals, interim and final reports. These detailed reports will outline the problem, any corrective action proposed, and timeline for work completion, and the outcome of the laboratory investigations. The period of performance is August 01, 2015 through July 31, 2016 with four one-year options to renew. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required.  3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar fuels management requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to GOCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year contract with multiple locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-15-R-0503/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN03563248-W 20141102/141031234030-1ae92b55ddb620f1b3af96c7918e1398 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |