Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOLICITATION NOTICE

H -- OCONUS Fuels Investigations Lab

Notice Date
10/8/2019
 
Notice Type
Presolicitation
 
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
SPE603-19-R-5X03
 
Point of Contact
Crystal Randolph, Phone: 703-767-0206, Nakia G. Shaw, Phone: 7037677449
 
E-Mail Address
crystal.randolph@dla.mil, nakia.shaw@dla.mil
(crystal.randolph@dla.mil, nakia.shaw@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency (DLA) Energy FESDB will be issuing a Request for Proposals (RFP) for Fuels Investigations Laboratory Testing Services in Europe, Africa, Afghanistan, and the Middle East locations. Services will include, but not be limited to, the analysis of petroleum and related products, per applicable U.S. Government, Federal, and commercial specifications and standards of the following products: 1. Aviation Turbine Fuels 2. Gasolines 3. Middle Distillates (Diesel Fuel, Marine Fuel, Kerosene Fuel Oils) 4. Residual Fuel Oils 5. Lubricating Oils/ Engine Oils 6. Additives (i.e. Corrosion Inhibitors (CI), Lubricity Improvers, Anti-static Additives, Antioxidants, Metal Deactivators, Fuel System Icing Inhibitors (FSII), Detergents, Cetane Improvers, Pour Point Depressants and Flow Improvers) 7. Biofuels, Synthetic Fuels, Blends of Petroleum Fuel and Biofuel/Synthetic at different ratios Fuels Investigations Laboratory Testing Services are required 24 hours, 7 days per week. In addition, the laboratory shall be capable of performing or providing state-of-the-art qualitative and quantitative compositional analyses of fuels and related materials to include, but not limited to, the following: • Gas Chromatography/ Mass Spectrometry (GC-MS, GCxGC-MS) • Thin-layer liquid Chromatography (TLC) • High-Performance Liquid Chromatography (HPLC) • Atomic Absorption Analysis (AA) • X-Ray Fluorescence Spectroscopy (XRF) • X-Ray Spectroscopy / X-Ray Diffraction (XRD) • Jet Fuel Thermal Oxidation Test (JFTOT) • Ellipsometric Tube Rater (ETR) for JFTOT • Nuclear Magnetic Resonance Spectroscopy (NMR) • Infrared Spectroscopy (FTIR) • UV-Visible Spectroscopy (UV-VIS) • Scanning Electronic Microscope (SEM) • Inductively Coupled Plasma -Mass Spectrometry (ICP-MS) • Microbial Testing • Hazardous Materials analysis per the Environmental Protection Agency's SW-846: Test Methods for Evaluating Solid Waste The laboratories shall have fuels related expertise, personnel/manpower and equipment to perform and complete the tests within the time period, as stated in the contract task orders. Contractor shall perform in compliance with the approved standards as established by each individual task order for Fuel Investigations and Emergency Fuel Investigations. The contractor shall be measured on submitting reports and completion of work that satisfies deadlines contained within the PWS and implemented by task orders. These detailed reports will outline the problem, any corrective action proposed, and timeline for work completion, and the outcome of the laboratory investigations. This procurement will be unrestricted under NAICS code 541380 (Testing Laboratories) with a size standard of $16.5 million dollars. The Government anticipates awarding a Fixed Price Requirements contract. The resultant contract will include a four-year base period of performance from June 1, 2020 to May 31, 2024 with the option to extend, not to exceed six months, in accordance with FAR 52.217-8. The procurement will be full and open competition. The solicitation will be posted on or after November 12, 2019 and the Request for Proposal (RFP) will close about 45 days later. The solicitation will be published electronically on the Federal Business Opportunities website at www.fbo.gov. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF). This is not a RFP, a promise to issue a RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-19-R-5X03/listing.html)
 
Place of Performance
Address: Multiple Locations: Europe, Africa, Afghanistan and the Middle East, United Kingdom
 
Record
SN05470957-W 20191010/191008230651-503e5e1e976a4eaa212562e0d43218eb (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  © 1994-2020, Loren Data Corp.