SOLICITATION NOTICE
68 -- PROPELLANT PRESSURIZING AGENT, NITROGEN (LN2) and PROPELLANT, HYDROGEN (LH2)
- Notice Date
- 10/23/2018
- Notice Type
- Presolicitation
- 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
- SPE601-19-R-0300
- Archive Date
- 1/31/2019
- Point of Contact
- David M. White, Phone: 2109257249, Jason R. Johnson, Phone: 2107805052
- E-Mail Address
-
david.white@dla.mil, jason.johnson@dla.mil
(david.white@dla.mil, jason.johnson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency Energy - Aerospace Energy intends to execute an unrestricted Full and Open Competition solicitation for the production and delivery of PROPELLANT PRESSURIZING AGENT, NITROGEN (LN2), NSN 9135-01-665-3253, 99.99 minimum percent by volume in accordance with (IAW) MIL-PRF-27401F dated 10 January 2008 and PROPELLANT, HYDROGEN (LH2), NSN 9135-01-666-1259, 99.995 minimum percent by volume IAW MIL-PRF-27201E dated 17 May 2013. This requirement is for f.o.b. destination delivery of LN2 and LH2 into customer owned tanks at Vandenberg Air force Base, CA (VAFB). The requirement also includes Non-Recurring Services of Emergency Delivery, Detention Fee, Tank Hot Fill, Services Related to Launch Support and Miscellaneous Services. The Contractor shall provide all product, materials, supplies, management, tools, equipment, transportation and labor necessary for the delivery of LN2 and LH2. The LN2 estimated quantity is 1050 TN and the LH2 estimated quantity 2,606,665 LB's over the next five (5) years. The Government intends to award one or more five (5) year Firm Fixed Price Requirements-Type contract, on or about January 2019, using Federal Acquisition Regulation Part 12 Acquisition of Commercial Items. Award will be made to the offeror(s) determined to be the Best Value to the Government, price and other factors considered, using the Best Value Source Selection Process. Specifically, the Lowest Priced Technically Acceptable Source Selection Process will be utilized in accordance with FAR 15.101-2. Subject solicitation will be issued on or about 31 October 2018 and posted on the FedBizOps website at: www.fbo.gov. All responsible sources may submit a capability statement, which shall be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Only emailed requests for solicitation received directly from the requestor are acceptable. All responsible sources may submit a proposal, which will be considered by the agency. All potential offerors should contact the contract specialist identified above for additional information and/or to communicate concerns. For questions regarding Small Business or Small Disadvantage Business affairs contact DLA Small Business Office at 703-767-9400.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC-MK/SPE601-19-R-0300/listing.html)
- Place of Performance
- Address: Vandenberg Air force Base, CA (VAFB), United States
- Record
- SN05132059-W 20181025/181023230527-80652e47f72fdfdff725cd2c6ef20090 (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 |