SOURCES SOUGHT
68 -- SOURCES SOUGHT FOR HELIUM GAS FOR FOREIGN MILITARY SALES (FMS)
- Notice Date
- 1/6/2020 7:15:11 AM
- Notice Type
- Sources Sought
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-20-SS-HELIUMGAS
- Response Due
- 1/22/2020 2:00:00 PM
- Archive Date
- 02/06/2020
- Point of Contact
- Nathalie C. Nguyen, Phone: 4102784630, Lonny J. Matesky, Phone: 4102784256
- E-Mail Address
-
nathalie.c.nguyen.civ@mail.mil, lonny.j.matesky.civ@mail.mil
(nathalie.c.nguyen.civ@mail.mil, lonny.j.matesky.civ@mail.mil)
- Description
- SOURCES SOUGHT FOR HELIUM GAS FOR FOREIGN MILITARY SALES (FMS) INTRODUCTION The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, and industry technologies available to support/fulfill Foreign Military Sales (FMS) requirements for helium.� The result of this sources sought/market survey will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.� The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution, and your ability to meet potential system requirements.� DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND CECOM SAMD administers and manages FMS cases including support to aerostat platforms used for border surveillance and force protection in customer countries.� CECOM SAMD�s goal is to satisfy customer country requirements for Bulk Gaseous Helium to support aerostat operations so that allies, and nations partnered with the US in the fight against terrorism, can succeed in their surveillance and force protection missions.� REQUIRED CAPABILITIES The purpose of this market research/sources sought is to identify interested sources that can provide and deliver Bulk Gaseous Helium and meet the following characteristics/requirements: Bulk Gaseous Helium, Type I, Grade A, MIL-PRF-27407D, dated 1 August 2014. � Deliver helium product into compressed gas tube bank trailers (approximately 1600 Nm3,) International Organization for Standardization (ISO) tube module containers (approximately 2700 Nm3,) High Pressure Cylinder Assemblies (HPCAs, approximately 291.5 Nm3,) and other helium containers. � Be capable of determining the volume of residual helium product (heel) in cylinders to be filled and analyzing product heel for compliance with type and grade of gas. � Be capable of purging trailer, module, and assembly cylinders to ensure delivered helium product remains uncontaminated. � Provide material handling equipment (MHE) required to download/upload from flatbed trailers/chassis and locally move within the plant various container types. � Be capable of operating as a Defense Fuel Support Point (DFSP) and comply with provisions titled:� �Responsibility for Government-Owned Aerospace Energy Products (DLA Energy).� � Be capable of providing minor repairs to bring bulk helium containers to serviceable condition for filling. � Be capable of filling a minimum of one (1) compressed gas tube bank trailer or ISO tube module container, or eight (8) HPCAs within three (3) days of completion of repairs or within five (5) days of receipt of serviceable containers. � Upon request, store as many as 8 compressed gas tube bank trailers or ISO tube module containers with or without chassis and 18 HPCAs at contractor�s location.� Estimates of potential annual delivery requirements include: Afghanistan���������������������� �� 880,000 cu ft (24,920 Nm3) Iraq������������������������������������� �� 767,500 cu ft (21,735 Nm3) Saudi Arabia��������������������� 2,315,000 cu ft (65,555 Nm3) Philippines������������������������ �� 148,000 cu ft (4,190 Nm3) SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 334290. The Product Service Code (PSC) is 325120. �SUBMISSION DETAILS Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.� No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Nathalie C Nguyen, in either Microsoft Word or Portable Document Format (PDF), via email nathalie.c.nguyen.civ@mail.mil no later than 4:00 p.m. Eastern Standard (ES) on 22 January 2020. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to manufacture and deliver tactical HF, VHF, UHF, and Multiband radios compatible with aforementioned characteristics, and the capability to provide services authorized to access and maintain systems with the listed characteristics. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/88200aa87447499ab0a964dc4a6d1b28/view)
- Record
- SN05527636-F 20200108/200106230130 (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 |