Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
SOURCES SOUGHT

68 -- Sources Sought for Supplying and Delivering Liquid Nitrogen / Liquid Oxygen

Notice Date
4/19/2018
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NASA Stennis Space Center, Office of Procurement, Mail Stop DA00, Stennis Space Center, Mississippi, 39529-6000, United States
 
ZIP Code
39529-6000
 
Solicitation Number
80SSC018L0007
 
Archive Date
5/18/2018
 
Point of Contact
Melissa R. Wagner, Phone: 2286881065, Charles J Heim, Phone: 2286883199
 
E-Mail Address
melissa.r.wagner@nasa.gov, Charles.j.heim@nasa.gov
(melissa.r.wagner@nasa.gov, Charles.j.heim@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement (OP) is seeking potential sources from all categories of Large and Small Businesses with the capabilities and experience to provide the requirement described herein. The purpose of this Sources Sought Notice is to conduct market research to determine potential sources, capabilities of Small Business firms, availability of services, appropriate terms and conditions, etc. necessary to provide the required supplies/services to SSC, as well as explore interest in both the immediate requirement and potential arrangements/options for the delivery of liquid nitrogen to SSC. The NAICS Code and Size Standard for this requirement are 325120 and 1,000 employees, respectively. The work to be performed includes supplying and delivering liquid nitrogen to SSC. Specifications and Requirements: • Liquid Nitrogen: MIL-PRF-27401G Type II Grade B o Typical Weekly Delivery Amount: 276 tons/week o Anticipated Special Event Test #1: 276 tons total (2 independent days and 10 consecutive days) o Anticipated Special Event Test #2: 1,541 tons total (Over 9 day period) • Liquid Oxygen: MIL-PRF-25508H Type II Grade A o Typical Weekly Delivery Amount: 138 tons/week o Anticipated Special Event Test #1: 162 tons total • Delivery Hours: Monday through Friday from 7:00 am (Central) to 10:00 pm (Central) some unusual circumstances/events may require delivery 24 hours a day, 7 days a week, including holidays • Tankers must be sealed to prevent tampering (serialized seal is not required) • All drivers must be badged for access in accordance with Personnel Identity Verification (PIV) requirements • Product Sampling: Typically completed at the onset and quarterly thereafter. o The contractor must provide laboratory test data showing that sampling and analysis results are equivalent (within +/- 5 PPM Total Hydrocarbons (THC) for Liquid Nitrogen) to results obtained utilizing the Cryogenic Sampling Procedure (i.e., Cosmodyne method) in ASTM F310-07 "Standard Practice for Sampling Cryogenic Aerospace Fluids" Paragraph 3.2 and 7.0. This Cosmodyne sample shall be from a freshly filled delivery trailer immediately prior to or after the contractor's proposed sampling method has been utilized so that a direct comparison can be evaluated. The Cosmodyne shall then be analyzed by an independent laboratory at the contractor's expense. Sample comparison results shall be provided to the government within 10 calendar days of being analyzed. Any results exceeding the +/- 5 PPM requirement will be cause for noncompliance. SSC is particularly interested in industry's input regarding the following questions: 1. Your interest in providing services for intermittent daily/weekly deliveries. 2. Your interest in providing services for one-time events that include several concurrent daily deliveries with the possibility of weekend deliveries for 6+ truck deliveries. 3. How many trucks can you deliver on a daily and weekly basis? 4. What lead time would be required to schedule weekly deliveries, e.g., one week notice, two weeks, etc.? 5. What is the appropriate contract vehicle for this type of service, i.e., fixed price, fixed price with economic price adjustment, cost, etc.? 6. Identify any additional costs needed, e.g., demurrage, emergency delivery requests, delayed delivery, etc. The information gathered from this notice will be used for market research analysis and to plan future procurements. Based upon information submitted in response to this notice, NASA will determine the final content of any future solicitation(s). A determination by the Government not to procure this requirement, based upon responses to this notice or other market research, is solely within the discretion of the Government. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will NOT be notified of the results of the evaluation of submissions received. This notice should not be construed as a formal Request for Quotation (RFQ) or Proposal (RFP) (solicitation). Responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. This notice is not to be construed as a commitment by the Government to make a purchase, nor will the Government pay for the information solicited or be held liable for any information obtained. Those companies who wish to express an interest to this notice are asked to submit a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; professional resources; and answers to the specific questions requested above. Submission of any information in response to this notice is completely voluntary. Responses should be based on the material contained in this notice and any other relevant information the contractor thinks is appropriate. Comments or suggestions relevant to this requirement are welcome and may also be included in the response. Contractors are welcome to submit any additional documentation that may support their ability to comply with the Government's requirement. Please also state your business size in accordance to the above NAICS code. The SOC shall not include any proprietary or confidential business or financial information relating to specific companies. Any questions shall also be submitted via e-mail to Melissa Wagner at melissa.r.wagner@nasa.gov (cc: charles.j.heim@nasa.gov) no later than April 27, 2018 at 3:00 pm local time (Central). Reference 80SSC018L0007 in any response. Faxed or telephone correspondence will not be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it and any related documents, will only be issued electronically. They would be accessed and downloaded at Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov. It is the responsibility of potential offerors to monitor these sites for the release of any additional information pertaining to this notice and download their own copy of any resulting solicitation and amendments (if any). An ombudsman has been appointed; the installation Ombudsman is Mr. Kenneth R. Human at ken.r.human@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/80SSC018L0007/listing.html)
 
Place of Performance
Address: Stennis Space Center, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN04895569-W 20180421/180419230744-8a8d150c006875688ca77223219b80c6 (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.