Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOURCES SOUGHT

B -- Fuel Investigation Testing

Notice Date
5/24/2017
 
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
SPE600-17-R-5X19
 
Point of Contact
Raquel V. Moore, Phone: 7037677664, LaKeetha D. Mitchell, Phone: (703) 767-9694
 
E-Mail Address
Raquel.Moore@dla.mil, LaKeetha.Mitchell@dla.mil
(Raquel.Moore@dla.mil, LaKeetha.Mitchell@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice Only. It seeks information from potential sources that can provide laboratory services CONUS and OCONUS. This notice is issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. This is NOT a Request for Proposal (RFP), a promise to issue an RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. All information is subject to change and in no way binds the Government to award a contract. For reference purposes, this FBO notice is number SPE600-17-R-5X19. Defense Logistics Agency (DLA) Energy - FESBC seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide Fuel Investigation Testing services in the following regions: Region One which includes the Continental United States (CONUS); Alaska, Hawaii, U.S. Territories, Central and South America. Region 2 includes locations in Europe, Africa, Kazakhstan, Afghanistan, and the Middle East. Region 3 which includes locations in Asia, and the Western Pacific (from Diego Garcia Atoll east to Japan) and Australia. Contractors must have a laboratory capable of testing first and second generation biofuels and petroleum, conducting detailed investigations and complete analysis of chemical properties of specific fuel samples and related products. Fuel investigations and analysis should be conducted per applicable U.S. Government, Federal and commercial specifications/standards. Products include: Aviation turbine fuels Gasolines Middle distillates (Diesel Fuel, Marine Fuel, Kerosene, Fuel Oils) Residual Fuel Oils Lubricating Oils/Engine Oils Additives (ex. Corrosion Inhibitor, Lubricity Improvers, Anti-static Additives, Antioxidants, metal Deactivators, Fuel System Icing Inhibitors, Detergents, Cetane, Improvers, Pour Point Depressants and Flow Improvers) Biofuels Synthetic Fuels Blends of petroleum fuel and biofuel/synthetic at different ratios In addition, the laboratory shall be capable of performing and providing qualitative and quantitative compositional analysis of fuels and related material to include but not limited to: Gas Chromatography/Mass Spectrometry Thin layer liquid Chromatography High-Performance Liquid Chromatography Atomic Absorption Analysis X-Ray Fluorescence Spectroscopy X-Ray Spectroscopy/X-Ray Diffraction Jet Fuel Thermal Oxidation Test Ellipsometric Tube Rater Infrared Spectroscopy UV-Visible Spectroscopy Scanning Electronic Microscope Inductively Coupled Plasma -Mass Spectrometry Microbial Testing and Hazardous Materials analysis per the Environmental Protection Agency's SW-846: Test Methods for Evaluating Solid Waste. The period of performance is October 1, 2017 through September 30, 2019 with two (2) two-year options to renew. Tasks throughout the period of performance will include proposals, interim and final reports. These detailed reports will outline the problem, any corrective action proposed, timeline for work completion, and the outcome of the laboratory investigations. Interested companies should respond to the following: 1. Provide a company profile to include: number of employees, annual revenue history for (last three (3) years), office location(s), DUNS/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 experience personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on a service contract for similar fuel 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. Also include whether your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage and 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 you would perform. 5. Does your company have experience with contracts covered by the Service Contract Act of 1965? 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a six-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? Interested parties may identify their capabilities by responding to this requirement, by June 26, 2017 no later than 1:00 PM local Fort Belvoir time, EST. Responses should be submitted via email and shall include a detailed capabilities statement. Only responses submitted via e-mail will be considered. Email responses to Raquel Moore at Raquel.Moore@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-17-R-5X19/listing.html)
 
Place of Performance
Address: CONUS/OCONUS in three regions, Region One which includes the Continental United States (CONUS); Alaska, Hawaii, U.S. Territories, Central and South America. Region 2 includes locations in Europe, Africa, Kazakhstan, Afghanistan, and the Middle East. Region 3 which includes locations in Asia, and the Western Pacific (from Diego Garcia Atoll east to Japan) and Australia., United States
 
Record
SN04519936-W 20170526/170524234441-6926aa1a1e9d71bf1296875e1a9861ed (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 |
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.