Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOURCES SOUGHT

X -- Request for Information (RFI) for Commingled Storage Services in New York Harbor and New England for Ultra Low Sulfur Distillate (ULSD) - RFI Northeast Home Heating Reserve

Notice Date
10/29/2010
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
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
SP0600-11-R-0508
 
Point of Contact
Shane A. Banks, Phone: 703-767-8298, Alicia C. Williams, Phone: 703-767-9340
 
E-Mail Address
Shane.Banks@dla.mil, alicia.williams@dla.mil
(Shane.Banks@dla.mil, alicia.williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI seeking contractor owned contractor operated storage services for commingled Ultra Low Sulfur Distillate in the New York Harbor and New England areas. This is a Sources Sought/Request for Information (RFI) only. This Sources Sought synopsis is not a request for proposals (RFP), and is not to be construed as a commitment by the government to issue a solicitation or ultimately award a contract. This is for planning and market research purposes only and shall not be considered as an obligation on the part of the Government to acquire any products or services. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. No proprietary data should be submitted in response to the synopsis. Any submissions will be considered to be public information. Responses will not be returned. The Defense Logistics Agency (DLA) Energy, seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide the necessary services. DLA Energy hereby issues a RFI for Contractor Owned Contractor Operated (COCO) storage services to receive, store, and ship U. S. Government-owned petroleum products, specifically Ultra Low Sulfur Distillate (ULSD), in two geographical regions, the New York Harbor and New England. Interested parties should respond to the following: 1. PRODUCT TO BE STORED: Ultra Low Sulfur Distillate (ULSD) in compliance with Colonial Grade 61 2. AREA OF CONSIDERATION: New York Harbor as defined by NYMEX, NY Harbor No. 2 Heating Oil Rule 150.04(C); New Your Harbor shall extend from the East River west of Hunts Point; Gowanus Bay west of Hamilton Avenue Bridge; the Hudson River south of the George Washington Bridge; the Upper Bay; the Narrows; the Lower Bay west of Morton Point; the Newark Bay; the Hackensack River south of the Pulaski Skyway Bridge; the Kill Van Kull; the Arthur Kill and the Raritan River east of the Garden State Parkway Bridge and New England defined as the states of Connecticut, Rhode Island, Massachusetts, New Hampshire, and Maine. 3. STORAGE REQUIREMENT: 2,000,000 Barrels of Ultra Low Sulfur Distillate (ULSD) commingled storage is sought. Be advised interested contractors can respond to section A, section B, or both, section A and B. (A.) New York Harbor: Initial increments at a minimum of 100,000 with additional increments at a minimum of 50,000 not to exceed 1,000,000 Barrels of Ultra Low Sulfur Distillate (ULSD): (B.) New England: Initial increments at a minimum of 100,000 with additional increments at a minimum of 50,000 not to exceed 1,000,000 Barrels of Ultra Low Sulfur Distillate (ULSD): 4. MINIMUM REQUIREMENTS: The storage facility will need to be capable of shipping and receiving stored ULSD via tanker, barge, tank truck, and or pipeline. The storage facility must be able to deliver the entire Reserve within ten (10) days on 24 hour notice by barge, tanker, or pipeline to the major northeast distribution centers. No portion of the Reserve may be in unobtainables such as pipelines, manifolds, or tank bottoms. The contractor shall provide 24 hour access to their terminal for receipt of product. 5. PERIOD OF PERFORMANCE: 1 year (01 October 2011 - 30 September 2012) with 1, 1 year option. Closing Date: Responses should be forwarded to Contract Specialist, Shane Banks, (703) 767-8298, Email: Shane.Banks@dla.mil, Contracting Officer, Alicia C. Williams, (703) 767-9340, Email: Alicia.Williams@dla.mil, and or Division Chief, Shedric O. Crump, (703) 767-9347, Email: Shedric.Crump@dla.mil by COB Monday, 15 November 2010. For questions please contact: Shane Banks Phone: (703) 767-8298 Email: Shane.Banks@dla.mil or Alicia Williams: Phone: (703) 767-9340 Email: Alicia.williams@dla.mil or Shedric Crump: Phone: (703) 767-9347 Email: Shedric.crump@dla.mil Please reply by the date stated above if your company is able to provide these services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-11-R-0508/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Blvd, Fort Belvoir VA, United States
 
Record
SN02319221-W 20101031/101029233812-d4bf7c7738c6b19398b7d4ed38e86155 (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.