SOLICITATION NOTICE
H -- OCONUS Fuels Investigation Lab Testing
- Notice Date
- 1/3/2020 5:39:01 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-20-R-0508
- Response Due
- 1/17/2020 10:00:00 AM
- Archive Date
- 02/01/2020
- Point of Contact
- Crystal Randolph, Phone: 5717670206, Nakia Shaw, Phone: 5717677449
- E-Mail Address
-
crystal.randolph@dla.mil, Nakia.Shaw@dla.mil
(crystal.randolph@dla.mil, Nakia.Shaw@dla.mil)
- Description
- This is a reposting referencing Presolicitation SPE603-19-R-5X03. The previous presolicitation number (SPE603-19-R-5X03) is now amended to read SPE603-20-R-0508.� Please refer to SPE603-20-R0508 for updates and changes to this presolicitation. The Defense Logistics Agency (DLA) Energy FESDB will be issuing a Request for Proposals (RFP) for Fuels Investigations Laboratory Testing Services in Europe, Africa, Afghanistan, and the Middle East locations.� Services will include, but not be limited to, the analysis of petroleum and related products, per applicable U.S. Government, Federal, and commercial specifications and standards of the following products: Aviation Turbine Fuels Gasolines Middle Distillates (Diesel Fuel, Marine Fuel, Kerosene Fuel Oils) Residual Fuel Oils Lubricating Oils/ Engine Oils Additives (i.e. Corrosion Inhibitors (CI), Lubricity Improvers, Anti-static Additives, Antioxidants, Metal Deactivators, Fuel System Icing Inhibitors (FSII), Detergents, Cetane Improvers, Pour Point Depressants and Flow Improvers) Biofuels, Synthetic Fuels, Blends of Petroleum Fuel and Biofuel/Synthetic at different ratios Fuels Investigations Laboratory Testing Services are required 24 hours, 7 days per week. In addition, the laboratory shall be capable of performing or providing state-of-the-art qualitative and quantitative compositional analyses of fuels and related materials to include, but not limited to, the following: Gas Chromatography/ Mass Spectrometry (GC-MS, GCxGC-MS) Thin-layer liquid Chromatography (TLC) High-Performance Liquid Chromatography (HPLC) Atomic Absorption Analysis (AA) X-Ray Fluorescence Spectroscopy (XRF) X-Ray Spectroscopy / X-Ray Diffraction (XRD) Jet Fuel Thermal Oxidation Test (JFTOT) Ellipsometric Tube Rater (ETR) for JFTOT Nuclear Magnetic Resonance Spectroscopy (NMR) Infrared Spectroscopy (FTIR) UV-Visible Spectroscopy (UV-VIS) Scanning Electronic Microscope (SEM) Inductively Coupled Plasma �Mass Spectrometry (ICP-MS) Microbial Testing Hazardous Materials analysis per the Environmental Protection Agency's SW-846: Test Methods for Evaluating Solid Waste The laboratories shall have fuels related expertise, personnel/manpower and equipment to perform and complete the tests within the time period, as stated in the contract task orders.� Contractor shall perform in compliance with the approved standards as established by each individual task order for Fuel Investigations and Emergency Fuel Investigations. The contractor shall be measured on submitting reports and completion of work that satisfies deadlines contained within the PWS and implemented by task orders.� These detailed reports will outline the problem, any corrective action proposed, and timeline for work completion, and the outcome of the laboratory investigations. This procurement will be unrestricted under NAICS code 541380 (Testing Laboratories) with a size standard of $16.5 million dollars.� The Government anticipates awarding a�Indefinite Delivery Indefinite Quantity (IDIQ)�contract. The period of performance�is June 1, 2020 to May 31, 2022 with the one (1) two-year�option period from June 1, 2022 to May 31, 2024 in accordance with (IAW) FAR 52.217-9.� Additionally, the option�to extend, not to exceed six months, in accordance with FAR 52.217-8. The procurement will be full and open competition. The solicitation will be posted on or after February 3, 2020 and the Request for Proposal (RFP) will close about�45 days later. The solicitation will be published electronically on the new beta.SAM.gov (formally FBO). Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF). This is not a RFP, a promise to issue a RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement.� This information is subject to modification and in no way binds the Government to award a contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a3f078c2ca134041a95b8bc9c4d115d1/view)
- Place of Performance
- Address: GBR
- Country: GBR
- Country: GBR
- Record
- SN05526495-F 20200105/200103230131 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |