Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2012 FBO #3841
SOURCES SOUGHT

H -- Laboratory testing of fuel - Attachment A-Testing Specifications

Notice Date
5/29/2012
 
Notice Type
Sources Sought
 
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
20120529
 
Point of Contact
Monica T. Fass, Phone: 703 767-9335
 
E-Mail Address
monica.fass@dla.mil
(monica.fass@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment A - Testing Specifications for JP8 and Jet A This is a Sources Sought Notice only. It seeks information from large and small business sources that can provide laboratory testing services. No solicitation is being issued at this time. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The NAICS Code is 541380 and the small business size standard is $14.0million in annual receipts. The Defense Logistics Agency (DLA) Energy, Domestic Storage and Services Division, Bulk Petroleum Business Unit-BXB seeks potential sources to perform non-personal services by providing sampling, laboratory testing and transportation of government-owned petroleum products, and report the information gathered as a result of those services to DLA Energy. The contractor shall provide laboratory testing of the petroleum products listed in Attachment A. Attachment A details the petroleum products, test methods, and groups of test methods required for a quality determination. The commercial laboratory must be located within 300 miles of the Tulsa, Oklahoma area. The contractor shall provide one or more laboratories capable of performing the tests associated with the products listed in the Attachments A. The laboratories shall have a system of calibration equivalent to ISO 10012-1 - Quality Assurance Requirements for Measuring Equipment and meet the equivalent requirements of ISO 17025 - General Requirements for the Competence of Testing of Calibration Laboratories. The laboratory shall maintain an audit trail that will allow for identification of tests performed and specific equipment and technicians. All testing will be performed in strict accordance with test methods identified in attachments referred to in Attachment A. Testing of U.S. Government-owned fuel products are required 24 hours per day, 7 days per week (including holidays). Under normal circumstances, samples will be received during contractor's normal working hours. Samples shall be processed, tested, and results provided to the DLA Energy Office/QAR within the prescribed turn-around times as indicated The following are general turn-around times for groups of test/ methods: TESTS REQUIRED and TURN AROUND TIMES Secure Fuel Testing (Attachment A) 8 hours Expedite B Series Testing (Attachment A) 24 hours Individual Testing (as requested) 8 hours Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to perform the required testing. The Government is encouraging firms in the following small business categories to respond to the this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses are limited to not more than 10 pages. The Government will use this information, in addition to other information obtained, to determine if a small business set-aside is appropriate. Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. Please refer to Sources Sought notice #20120529. All responses to this notice are to be submitted by 1600 hours EDT on June 4, 2012. Only responses submitted via E-mail will be considered. Email submissions to: Monica.Fass@dla.mil. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the Central Contractor Registration (CCR) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a one year, with possible one-year option, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 4. Provide brief description of relevant and recent (past 5 years) laboratory testing contracts for similar services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/20120529/listing.html)
 
Place of Performance
Address: TBD - Tulsa, OK area (300 mile radius), United States
 
Record
SN02760529-W 20120531/120529235533-c09e5d518ac8a2a717ca7ee4fda7ca38 (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.