SOLICITATION NOTICE
H -- OCONUS Fuels Investigation Lab Testing
- Notice Date
- 10/13/2020 12:33:49 PM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-20-R-0508
- Response Due
- 10/28/2020 11:00:00 AM
- Archive Date
- 11/12/2020
- Point of Contact
- Crystal Randolph, Phone: 5717670206, Nakia Shaw, Phone: 5717677449
- E-Mail Address
-
crystal.randolph@dla.mil, Nakia.Shaw@dla.mil
(crystal.randolph@dla.mil, Nakia.Shaw@dla.mil)
- Description
- This is a Sources Sought Notice only. It seeks information from potential sources to include small business sources that can provide laboratory services. No solicitation is being issued at this time. For reference purposes, this FBO notice is numbered SPE603-20-R-0508. 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 - FESDB seeks potential sources to include small businesses 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 (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 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. Deliverables 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 expected to be a two year base period of March 1, 2021 through�February 29, 2023�and one possible two year option period from March 1, 2023 through February 28, 2025, with an optional six (6) month extension. 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 fuel testing 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 lab services and/or fuel testing. 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 the financial capability and financial stability, and/or adequate lines of credit to sustain and support a two-year contract with multiple locations, in the event there are delays with the payment process? The deadline for responding to this Sources Sought Notice is 1400 hours Local Time Ft. Belvoir, VA on October 28, 2020.� Only responses submitted via E-Mail will be considered.� E-Mail submissions to:��crystal.randolph@dla.mil.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c432cc230ec4408e8e398f9a19d340a2/view)
- Place of Performance
- Address: GBR
- Country: GBR
- Country: GBR
- Record
- SN05825768-F 20201015/201013230133 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |