Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2018 FBO #6155
SOLICITATION NOTICE

91 -- LIQUID NITROGEN / LIQUID ARGON - SPE601-18-R-0313

Notice Date
9/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy - Missile Fuels, 1014 Billy Mitchell Blvd, San Antonio, Texas, 78226, United States
 
ZIP Code
78226
 
Solicitation Number
SPE601-18-R-0313
 
Point of Contact
Sibrena L. Nixon-Perez, Phone: 2109255956, Stephanie Faulkner, Phone: 210-780-5050
 
E-Mail Address
sibrena.nixonperez@dla.mil, stephanie.faulkner@dla.mil
(sibrena.nixonperez@dla.mil, stephanie.faulkner@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
LIQUID NITROGEN / LIQUID ARGON NOTICES TO OFFERORS: 1. This solicitation is for: LIQUID ARGON (NSN 9135-01-649-5576) QTY 252,230 ( Robins AFB, GA); LIQUID ARGON (NSN6830-01-649-9659) QTY 378,345 (Anniston Army Depot, AL); LIQUID ARGON (NSN 9135-01-665-8775) QTY 872,769 (Tinker AFB, OK); LIQUID ARGON (NSN 9135-01-649-5576) QTY 459,123 (Richland, WA) and LIQUID NITROGEN (NSN 6830-01-666-3659) QTY 2,738,105 (Richland, WA) (product) Detention Fee (service), Installation / Removal of Equipment (service), Tank Usage Fee (service), Equipment Fee (service), Hot Fill (service), and Fill Line Restriction Office. The delivery will be f.o.b destination. 2. The Government intends to award one (1) or more Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisition procedures and (FAR ) Part 13 Simplified Acquisition Procedure. The Period of Performance will be as follows: Robins AFB, GA, Anniston, AL, and Tinker AFB, OK from 1 April 2019 through 31 December 2020; Richland, WA from 1 December 2018 through 31 December 2023 for Liquid Argon; Richland, WA from 1 April 2019 through 31 December 2023 for Liquid Nitrogen. Award will be made to the Offeror determined to be the Best Value to the Government, price and other factors considered, using the Best Value Source Selection Process. Specifically, the Lowest Price Technically Acceptable Source Selection Process will be utilized in accordance with FAR 15.101-2. 3. Parties interested in a site visit should submit request NLT 5 October 2018 9:00AM CST. 4. The clauses and provisions shown throughout this solicitation and any resultant contract 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. ALL OFFERORS 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. All responsible sources may submit a proposal, which will be considered by the agency. If you intend to submit an offer, you are required to complete, sign and return the entire solicitation package and be registered in SAM at www.SAM.gov. Only written or emailed requests for solicitation received directly from the requestor are acceptable. Mail requests to Defense Logistics Agency Energy, Aerospace Energy, 1014 Billy Mitchell Blvd, Bldg. 1621, San Antonio, TX 78226-1849. ATTN: Sibrena Nixon - Perez or Stephanie Faulkner. Potential offerors should contact the Contract Specialist and Contracting Officer identified above at sibrena.nixonperez@dla.mil and Stephanie.faulkner@dla.mil, for additional information and/or to communicate concerns. All responsible sources may submit a proposal, which will be considered by the agency. ALL OFFERS MUST BE RECEIVED NLT 29 October 2018 9:00AM CST. 7. The Contracting Officer may request that the DLA Energy Region Quality Assurance Representative (QAR) perform a Preaward Survey (PAS) in accordance with FAR Part 9. 106-1. 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 recommendation by the QAR as a result of the PAS that is other then "Full Award," recommendation. 8. For questions regarding Small Business or Small Disadvantage Business affairs should be addressed to Mr. Greg Thevenin of the DLA Energy Small Business Office at 1-800-526-2601 or 703-767-9400. 9. The address for overnight delivery of proposals resulting from this solicitation is as follows: Defense Logistics Agency-Energy Aerospace Energy-FEM Attn: Sibrena Nixon-Perez 1014 Billy Mitchell Blvd Bldg. 1621
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC-MK/SPE601-18-R-0313/listing.html)
 
Place of Performance
Address: ROBINS AFB, GA; ANNISTON ARMY DEPOT, AL TINKER AFB, OK AND RICHLAND, WA, United States
 
Record
SN05109841-W 20180930/180928230655-c8972f059f45929762f33991bd759313 (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.