Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
SOURCES SOUGHT

91 -- Lubricating Smoke Oil - RFI Attachment

Notice Date
9/25/2012
 
Notice Type
Sources Sought
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
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
SP0600-12-I-0711
 
Archive Date
11/8/2012
 
Point of Contact
Jessica L. Johnson, Phone: 703-767-1274, Stephanie A. Hardison,
 
E-Mail Address
jessica.johnson@dla.mil, stephanie.hardison@dla.mil
(jessica.johnson@dla.mil, stephanie.hardison@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Lubricating Smoke Oils RFI. Solicitation Number: SP0600-12-I-0711 Notice Type: Sources Sought Synopsis: The Defense Logistics Agency-Energy (DLA-Energy) is seeking industry sources for the procurement of Canopus 13 Smoke Oil or equivalent product. This announcement is a Request for Information (RFI) only. Defense Logistics Agency Energy is seeking preliminary marketing information from capable and reliable sources. Requested Information: Interested firms are invited to submit their comments and questions to this RFI, as well as a technical capabilities statement and any additional amplifying information. The inputs received from industry will aid the Government in the development of the formal solicitation. Technical Requirements: A. Product : Canopus 13 Smoke Oil or equivalent. B. Requirement Quantity : 110,000 USG. C. Storage Requirement : · NAF El Centro, CA; 4,000 USG. · Nellis AFB, NV; 6,000 USG. · NAS Pensacola, FL; 5,000 USG. D. Area of Consideration : Nellis AFB, NV, NAF El Centro, CA, and NAS Pensacola, FL. E. Shipping and Receiving Capability : · Tank Truck: Vendor tank truck shipping capability shall be capable of shipping Canopus 13 Smoke Oil or equivalent product from 8:00a.m to 4:00p.m; five (5) days a week. Trucks for NAS Pensacola and NAF El Centro must be equipped with pump and 60-foot hose. · All tank truck offers must be FOB Destination. · If vendor cannot provide tank truck services, please provide applicable shipping and receiving capabilities. F. Quality : Vendor must provide product specification data and a Material Safety Data Sheet (MSDS). G. Non-Binding Cost Estimate : If possible, the vendor shall provide a non-binding price per gallon cost estimate. Respondents who submit a technical capabilities statement in response to this notice should state whether you intend to be prime-contractor or sub-contractor. Respondents should provide demonstrated knowledge of and experience with providing Canopus 13 Smoke Oil or equivalent product. Additionally, respondents are requested to provide the following information in their response: point of contact, telephone number, e-mail address, company name, company address, cage code, and indicate business size. If small, respondents shall indicate if company is a Small Disadvantaged Business, 8(a), Women-owned Small Business, HUB-Zone Small Business, or Service Disabled Veteran-owned Small Business concern. Also, state if you are a US- or Foreign-Owned entity. The aforementioned information may be included in a cover letter accompanying your technical capabilities statement. Response Format: Interested firms that believe they are capable of providing Canopus 13 Smoke Oil or equivalent product as described above are invited to express their interest by responding to this RFI with a technical capabilities statement in Microsoft Office Word or Adobe compatible format. Technical capabilities statements are limited to five (5) pages, and shall use no smaller than 10 point font, Courier New or Times New Roman. All correspondence shall reference RFI No. SP0600-12-I-0711. Please be advised that any vendor proprietary information must be marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Response Submissions and Deadline: All interested firms should send their responses via e-mail to Ms. Jessica L. Johnson at jessica.johnson@dla.mil with a courtesy copy to Ms. Stephanie A. Hardison at stephanie.hardison@dla.mil. Responses should be no more than twenty (20) pages in length. No hard copy or facsimile submissions will be accepted. Respondents should include the RFI No. SP0600-12-I-0711 in the subject line of the e-mail. All responses to the RFI are due NLT 1300 EST, 24 OCT 2012. No solicitation document exists. This RFI is for informational purposes only, and does not constitute a solicitation for proposals. Pursuant to FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Vendors and interested parties are solely responsible for all costs and expenses associated with their respective response to this RFI. The Government will not reimburse vendors or interested parties for any costs associated with their respective response to this RFI, including but not limited to any cost associated with any submission or information provided to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-12-I-0711/listing.html)
 
Record
SN02897673-W 20120927/120926001749-33c500274d41a461b52c999ead1a72f4 (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.