Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOLICITATION NOTICE

91 -- CONUS Propellant, Rocket Grade Kerosene

Notice Date
8/5/2022 1:00:24 PM
 
Notice Type
Presolicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M SAN ANTONIO TX 78226 USA
 
ZIP Code
78226
 
Solicitation Number
SPE601-22-R-0311
 
Response Due
8/19/2022 12:00:00 PM
 
Point of Contact
Jessica Negron, Phone: 2105175003, TAMMIE CAMPBELL, Phone: 210-760-5641
 
E-Mail Address
jessica.negron@dla.mil, TAMMIE.CAMPBELL@DLA.MIL
(jessica.negron@dla.mil, TAMMIE.CAMPBELL@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS REQUIREMENT NAME: CONUS Propellant, Rocket Grade Kerosene SOLICITATION: SPE601-22-R-0311 DOCUMENT TYPE: PRE-SOLICITATION NOTICE OFFICE ADDRESS: Defense Logistics Agency Energy, Aerospace Business Unit (DLA Energy-FEM), ATTN: Tammie Campbell and Jessica Negron, 1525 Wurtsmith Street, BLDG 5730, San Antonio, Texas 78226 CLASSIFICATION CODE: 91 � Fuel, Lubricants, Oils, and Waxes NAICS CODE: 324110 PSC CODE: 9130 POCS: ��Jessica Negron, Contract Specialist, Phone: (210) 517-5003, EMAIL: Jessica.Negron@dla.mil Tammie Campbell, Contracting Officer, Phone: 210-760-5641, EMAIL: Tammie.Campbell@dla.mil �This pre-solicitation notice issued by the Defense Logistics Agency (DLA) Energy-FEM- San Antonio, Texas.� This is NOT a solicitation for proposal.� No awards will be made from the responses to this announcement.� The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DOD) Integrated Material Manager (IMM) for Aerospace Energy products and related services has a 36-month requirement for the production, storage of bulk product and drummed of following products listed below.� �The Contractor shall provide all product, materials, supplies, management, tools, equipment, and labor necessary for the production of product on an F.O.B. origin basis. PRODUCT:�� RP-1 Bulk (NSN 9130-01-666-4530) shall meet the requirements of Detail Specification, MIL-DTL-25576E, Propellant, Rocket Grade Kerosene, dated 14 Apr 2006. Estimated Quantity: 849,000 gallons RP-1 Drum (NSN 9130-01-644-2542) shall meet the requirements of Detail Specification, MIL-DTL-25576E, Propellant, Rocket Grade Kerosene, dated 14 Apr 2006. Estimated Quantity: 17,700 gallons RP-2 Bulk (NSN 9130-01-666-4547) shall meet the requirements of Detail Specification, MIL-DTL-25576E, Propellant, Rocket Grade Kerosene, dated 14 Apr 2006. Estimated Quantity: 1,962 gallons RP-2 Drum (NSN 9130-01-644-2509) shall meet the requirements of Detail Specification, MIL-DTL-25576E, Propellant, Rocket Grade Kerosene, dated 14 Apr 2006. Estimated Quantity: 43,200 gallons In addition to the reports required elsewhere within this requirement, one copy of a Certificate of Analysis for each sample required by the specification, shall be submitted as an attachment to the applicable Invoice, Wide Area Workflow (WAWF) Combo document or documented on the WAWF Statement of Quality tab. STORAGE: BULK STORAGE: Contractor shall provide bulk storage for RP-1 as follows: a) A minimum of 100,000 U.S. gallons of RP-1 bulk storage is required. b) No individual storage tank capacity of less than 10,000 U.S. gallons. c) The capability to transfer product between storage tanks is required. d) The storage tank system shall be capable of meeting all technical requirements defined in the clause titled ENERGY QAP E1.15 CONTRACTOR INSPECTOR RESPONSIBILITIES (ENERGY AEROSPACE) (DLA ENERGY SEP 2014) DRUM STORAGE: Contractor shall provide an area to store up to 40 RP-1 drums and 10 RP-2 drums. Contractor shall provide storage area secure from weather and accessible only by authorized personnel. PRODUCT DELIVERY: RP-1 Bulk: Routine orders for bulk production will require the Contractor to deliver up to 28,000 U.S. gallons of RP-1 within 28 calendar days. On occasion, Government may issue expedited orders requiring less than 20,000 gallons be delivered in 21 days. RP-2 Bulk: Contractor shall have capability to produce up to 6,000 U.S. gallons of RP-2 within 30-calendar days advance notification by the Government. RP-1 & RP-2 Drums: Drummed fuel shall be made available for inspection by Quality Assurance Representative (QAR) within 30 calendar days of order notification unless longer period is specified by Government. a) Drums shall be Contractor furnished and non-returnable. b) Order quantity will be based on the economic order quantity proposed by the Contractor. c) Contractor shall have the capability to fill drums out of bulk inventory as requested. INSPECTION AND ACCEPTANCE: It is the responsibility of Contractor to deliver bulk RP-1 production into a Contractor provided storage facility where inspection and acceptance will be accomplished at the tank. New RP-1 production may be introduced into tank(s) that are not empty and contains Government owned on-specification inventory. If a new RP-1 production batch is introduced to existing Government owned on-specification inventory and is found to be off-specification, the Contractor will assume responsibility and replace at no cost to the Government on a one-for-one gallon basis in the amount of Government owned inventory that was thrown off-specification when commingled with a new RP-1 production batch. ENERGY AEROSPACE SUPPORT POINT: The Contractor�s storage site shall be designated as an Energy Aerospace Support Point (EASP) and shall require the documentation and submission of reports for accountability and control of DLA-owned RP-1 and RP-2 per the terms of the clause titled RESPONSIBILITY FOR GOVERNMENT-OWNED RP-1. LABORATORY SUPPORT (BULK RP-1 STORAGE)/ PRODUCT QUALITY SURVEILLANCE REQUIREMENTS: The Contractor shall provide laboratory services to perform analysis of RP-1 samples in accordance with the requirements of the clause titled ENERGY QAP E1.15 CONTRACTOR INSPECTION RESPONSIBILITIES (AEROSPACE ENERGY) (DLA ENERGY SEP 2014) he Contractor is also responsible for providing sample containers, performing sampling, delivering samples to the laboratory, and issuing quality Certificate of Analysis. The Contractor will also be responsible for performing all sampling and laboratory testing of DLA-owned RP-1 stored and distributed from the Contractor�s storage facility in accordance with the quality requirements of the clause titled E1.16 CONTRACTOR INSPECTION AND QUALITY ASSURANCE RESPONSIBILITIES (RP FUELS) (AEROSPACE ENERGY) (DLA ENERGY AUG 2014). Contractor shall also prepare all documentation and systematically process related to inventory as stated in clause titled I119.03 INVENTORY CONTROL RECORDS AND SYSTEMS OF RECORD AT CONTRACTOR DEFENSE FUEL SUPPORT POINTS (AEROSPACE ENERGY) (DLA ENERGY JUL 2007). BULK RP-1 LOAD-OUTS: Government will provide tank trucks and/or ISO containers from approved sources for load-out of bulk RP-1 from DLA-owned inventory. 1) This requirement includes the ability to sample, complete laboratory analysis and provide test reports to allow release for delivery of all loaded tank trucks and/or ISO containers within the access hours stated in this paragraph. 2) Contractor shall be required to perform conveyance inspection and flushing prior to loading RP-1 per the clause titled E1.16 CONTRACTOR INSPECTION AND QUALITY ASSURANCE RESPONSIBILITIES (RP FUELS) (AEROSPACE ENERGY) (DLA ENERGY AUG 2014). LOAD REPORT (BULK ONLY): Load Report shall be prepared for each tank truck and/or ISO container loaded DLA-owned inventory. Period of performance is 01 February 2023 to 31 January 2026. Offers must be able to provide the above listed products in support to the DLA Energy customer, but this requirement will be competed amongst other small businesses that can offer these products.� As stated under Federal Acquisition Regulation (FAR) 6.302-1(b)(1)(i), statutory authority for this contracting action is 41 U.S.C.�3304(a)(1). �The head of an agency may use procedures other than competitive procedures when there is a reasonable basis to conclude that the agency�s minimum needs can be satisfied by only one supplier with unique capabilities to meet the entire requirement. The Government intends to award a Firm-Fixed Price Type Requirements Contract with a 36-month period of performance using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures.� Award will be made to the offeror(s) determined to be the Best Value to the Government, price and other factors considered, using the Lowest Priced Technically Acceptable Source Selection Process, in accordance with FAR 15.101-2.� Subject solicitation will be issued on or about 22�AUGUST 2022. �For additional information and/or to communicate concerns, please contact Jessica.Negron@dla.com and Tammie.Campbell@dla.mil.� For questions regarding Small Business or Small Disadvantage Business affairs contact DLA Small Business Office at dla.energy.osbp@dla.mil or 703-767-9400.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5beaeb01f5a4eb992dbb8e6c8113bd3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06416711-F 20220807/220805230122 (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 |
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.