Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
MODIFICATION

68 -- SPE60124R0317 LAE, LN2 & ABO Norfolk NSY, VA

Notice Date
9/20/2024 6:49:33 AM
 
Notice Type
Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
 
ZIP Code
78236
 
Solicitation Number
SPE60124R0317
 
Response Due
10/21/2024 1:00:00 PM
 
Archive Date
11/05/2024
 
Point of Contact
Nelson Vega Beltran, Phone: 7262174657, Jessica Negron, Phone: 2107804964
 
E-Mail Address
nelson.vega@dla.mil, jessica.negron@dla.mil
(nelson.vega@dla.mil, jessica.negron@dla.mil)
 
Description
NOTICE TO OFFERORS:� 1. 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 60-month requirement for the delivery of Liquid Argon, Liquid Nitrogen and Aviator Breathing Oxygen to Norfolk Naval Shipyard, VA into contractor provided tanks. Product(s): a. Liquid Argon, LAE (NSN 6830-01-649-9073)� b. Liquid Nitrogen, LNB (NSN 6830-01-644-2557) c. Aviator Breathing Oxygen, ABO (NSN 6830-01-644-2463) Related non-recurring Services: a. Installation of Equipment (EA) � SE0000174 b. Tank Usage Fee (EA) � SE0000171 c. Detention Fee (EA) � SE0000178 d. Equipment Usage Fee (EA) � SE0000223 e. General Repairs/Maintenance (EA) � SE0000133 f. Removal of Equipment (EA) � SE0000175� 2. The estimated quantity for Liquid Argon is 25,000 LB, for Liquid Nitrogen is 250,000 UG6 and for Aviator Breathing Oxygen is 150,000 UG6. The Contractor shall provide all product, materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery of the requested product F.O.B. Destination to Norfolk Naval Shipyard, VA. Period of Performance is 01 April 2025 to 31 March 2030. 3. The Government intends to award a Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation, as applicable. �Award will be made to the Offeror determined to be the Best Value to the Government, price and other factors considered, using the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. �The offeror is encouraged to submit their best and final offer, the Government reserves the right to award without discussions or negotiations. 4. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only the clause/provision number, title, and date, and as such, are not shown in full text, are hereby considered to be incorporated by reference in accordance with FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE or FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, as applicable. 5. THE OFFEROR MUST COMPLY WITH THE REQUIREMENTS LISTED IN INSTRUCTION L0003 L2.35 PROPOSAL FORMAT AND CONTENT (AEROSPACE ENERGY) (DLA ENERGY JAN 2012) AND ALL OFFERS WILL BE EVALUATED IN ACCORDANCE WITH INSTRUCTION M0001 M2.14 EVALUATION � COMMERCIAL ITEMS (AEROSPACE ENERGY) (DLA ENERGY AUG 2009). 6. Offerors are advised of the possibility that their proposals may be found unacceptable if exceptions are taken to the solicitation requirements. �Clarification of Government requirements should be requested by the Offeror by submitting questions and/or recommended changes not later than 10 calendar days after issuance of the solicitation. �All exceptions to the solicitation requirements (including the SOO) and supporting rationale shall be identified as such and consolidated into an overview section of that exception. �An overview section is only required if the Offeror takes exception to any requirement in the solicitation. �The overview section will not be included in the page count. Exception(s) to solicitation requirements may require the Government to amend the solicitation to reflect requirement change(s). �If the Offeror takes no exception to the stated requirements, a statement to this effect shall be included in the respective section. 7. The Contracting Officer may request that a DLA Energy Quality Assurance Representative (QAR) perform a Pre-award Survey (PAS) in accordance with FAR Part 9. 106-1 to ensure that the capabilities exist to support the requirement the offeror bid against, mitigating risk of non-performance due to lack of capability and may include an on-site review. �If requested, the offeror and its employees, including those at the fill point and/or production facility, shall be required to participate fully in the PAS process. The DLA Energy Contracting Officer will discuss any PAS results recommended by the QAR that is other than ""Recommend Full Award."" 8. �QUESTION AND ANSWER (Q&A) PERIOD: �To encourage maxim participation on ALL line items of the SF 1449, a Q&A period has been established from issue date of Solicitation SPE601-24-R-0317 to 4 October 2024 by 3:00 PM Central Time Zone. �All potential offerors are advised to ask any and as many questions as necessary to gain a clear understanding of the requirements for the submission of their proposal. �No further questions will be accepted after the closing date/time. �All questions should be emailed to nelson.vega@dla.mil and jessica.negron@dla.mil. �Answers to questions received by the closing date will be consolidated and provided via an official amendment to the solicitation and posted in https://sam.gov/, if applicable. �Extensions of closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable. 9. �TAXES AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of any subcontractor, any taxes from which the United States Government is exempt. 10. ALL OFFERS MUST BE RECEIVED NLT 21 of October 2024 at 15:00 PM Central Daylight Time (CDT). �All responsible sources may submit a proposal, which will be considered by the agency. �All potential offerors are advised to check https://sam.gov frequently for any solicitation amendments (updates) and are reminded that they shall acknowledge in their prospective submitted proposals by completing the solicitation (SF1449 blocks 30a-30c) and amendment(s) (SF30 blocks 15a-15c) and submit to DLA Energy by email to nelson.vega@dla.mil and jessica.negron@dla.mil, prior to the solicitation closing date/time. �Only emailed requests for the solicitation received directly from the requestor are acceptable. �Any offer received after the closing time and date of 21 of October 2024 at 15:00 PM Central Daylight Time (CDT), will be considered ""Late"" and will be handled in accordance with FAR 52.212-1(f). 11. �AWARD WITHOUT DISCUSSIONS: �Offerors are directed to paragraph(g) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS. �While the Government intends to evaluate proposals in accordance with M0001 M2.14 EVALUATION - COMMERCIAL ITEMS (AEROSPACE ENERGY) (DLA ENERGY AUG 2009), Lowest Price Technically Acceptable Source Selection Process and award a contract(s) without discussion, it reserves the right to conduct discussions if later determined by the Contraction Officer to be necessary. �Therefore, those participating are advised to submit their best prices with their initial offer. �If the Contracting Officer determines that discussions are necessary, the Government will then evaluate proposals and award a contract after conducting discussions with Offerors whose proposal have been determined to be within the competitive range. 12. �POINTS OF CONTACT: � For any clarification, explanation, or additional information about this solicitation, please contact via email: Nelson Vega, Contract Specialist, nelson.vega@dla.mil and Jessica Negron, Contract Officer, jessica.negron@dla.mil. 13. �For questions regarding Small Business or Small Disadvantage Business affairs should be addressed to the DLA Energy Small Business Office at dla.energy.osbp@dla.mil or 1-800-526-2601 / 703-767-9400. 14. OFFER SUBMISSION: All proposals must consist of a Price Proposal (See Attachment F � Pricing Worksheet SPE60124R0317) AND Technical Proposal (requirements are found in Attachment J � Requirements Page, starting on page 12) to be considered for award. �When a Technical Proposal is required, two non-cost factors will be evaluated: 1) Technical Capability and 2) Past Performance. 15. PROPOSAL REQUIREMENTS, (see pages 10 through 13 of Attachment J � Requirements Page) FAR 52.212-1 ADDENDUM INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. 16. All offerors must provide SUBMISSION OF PAST PERFORMANCE REFERENCES (see Attachment E - Contractor Performance Data Sheet�). 17. All offerors are advised to insert the CAGE CODE (5-digit alphanumeric code) in Block 17a of the Standard Form 1449, in the box labeled �CAGE CODE.� 18. ALL OFFERORS ARE TO COMPLETE ENERGY QAP 33.10 FOUND IN SOLICITATION ATTACHMENTS LOCATED IN ATTACHMENT D � ENERGY QAP 33.10. FAILURE TO COMPLETE ENERGY QAP33.10 MAY DEEM SUBMITTED PROPOSAL INCOMPLETE AS TO NOT BE INCLUDED IN THE COMPETITIVE RANGE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0de1502028614f63a1744786cb20b2b5/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07219282-F 20240922/240920230115 (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.