SOURCES SOUGHT
M -- Contractor-Owned, Contractor Operated (COCO) Fuel Storage Services on the Island of Oahu, Hawaii
- Notice Date
- 4/15/2022 7:51:58 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60322R5X08
- Response Due
- 4/26/2022 2:00:00 PM
- Point of Contact
- Kirk Gamblin, Phone: 5717670515, Shane Banks, Phone: 5717678298
- E-Mail Address
-
kirk.gamblin@dla.mil, shane.Banks@dla.mil
(kirk.gamblin@dla.mil, shane.Banks@dla.mil)
- Description
- DLA Energy is seeking information on industry capabilities/interest/potential sources for the receipt, storage, and issue of 1,500,000 barrels (BBLS) fill capacity for Turbine Aviation and Naval Distillate fuel. This announcement constitutes a Request for Information (RFI) only; there is no solicitation currently. The Government is neither negotiating nor calling for offers at this time. This announcement is an expression of interest only and does not commit the Government to pay for any response preparation cost. The Government will not make an award based on this RFI. CONCEPT OF OPERATIONS: Fuel operations would primarily consist of Receipt, Storage, Protection, and Shipping for U.S. Government-owned product JAA/F24, JP-5 and F-76 at a single location. SCHEDULE FOR STORAGE AVAILABILITY: Potential period of performance will be for one FIVE-year base period. Storage Capacity� � � � � � � � � � � � � � � � � � � � ��Product� � � � � � � � � � � � � � � � � � � �Schedule 250,000 BBLS� � � � � � � � � � � � � � � � � � � � � � ��JAA/F24� � � � � � � � � � � � � � � � � � ��6 Months After Award* 750,000 BBLS (Additional)� � � � � � � � � � � � � �JAA/F24� � � � � � � � � � � � � � � � � � �10 Months After Award* 250,000 BBLS� � � � � � � � � � � � � � � � � � � � � � ��JP-5� � � � � � � � � � � � � � � � � � � � � ��10 Months After Award* 250,000 BBLS� � � � � � � � � � � � � � � � � � � � � � ��F-76� � � � � � � � � � � � � � � � � � � � � ��10 Months After Award* *Use 4th quarter of calendar year 2022 for potential award. AREA OF CONSIDERATION:� Oahu, Hawaii. ESTIMATED ANNUAL THROUGHPUT: 3,500,000 barrels of total throughput, for each 12-month contract period. CAPABILITIES SOUGHT: Storage of 1,000,000 barrels of Commercial Grade Jet-A. Storage of 250,000 barrels of Turbine Aviation, Military Grade JP5. Storage of 250,000 barrels of Fuel, Naval Distillate, F-76. Minimum of two tanks per product grade. All product must be held at a single location. Vessels supporting requirement are U.S. flagged. � Berthing and mooring facility shall be capable of handling a minimum 49,633 dead weight ton (DWT) vessels with an overall length of 600.4 feet, with a minimum draft of 42 feet at the dock. The offeror shall provide a detailed description of any port restriction/requirement. Service capabilities for receiving U.S. Government-owned product via tanker or barge on a 24-hour per day, 7-day per week basis at pumping rates compatible with the mode of transportation tendered (minimum of 6,500 barrels per hour (BPH) for tankers and 2,000 BPH for barges), and via Joint Base Pearl Harbor-Hickam/Red Hill tank farm and commercial/refinery pipeline system on a 24-hour per day, 7-day per week basis at a rate compatible with the mode tendered. Service capabilities for shipping/issuing U.S. Government-owned product via tanker/barge on a 24-hour per day, 7-day per week basis at pumping rates compatible with the facility and mode of transportation tendered (minimum 6,500 BPH for tankers and 2,000 BPH for barges). The facility must have access to shipping aviation turbine fuel via pipeline to Joint Base Pearl Harbor-Hickam. Pipeline shipments do not require SDA. Service capabilities for shipping U.S. Government-owned product (with additives) via third party furnished tank truck on a 12-hour per day, 5-day per week basis (Monday through Friday). Facility shall be capable of bottom loading product, be equipped with a Scully overfill protection system (or compatible), be equipped with temperature compensating meters to accurately measure the product being loaded and be able to load a minimum of two 8,000 USG tank trucks per hour. � Pumping rates minimum 6,500 barrels per hour for both receiving and shipping for tanker, and 2,000 barrels per hour for both receiving and shipping for barge transportation tendered. Facility shall be capable of injecting additives into F-76, Jet-A (to regrade to JAA/F24), and JP-5 during shipment of product via pipeline, tank truck (Jet-A and JP-5 only), and over the pier loading (all products) on a 24-hour per day, 7-day per week basis. injecting additives into Jet-A (to regrade to JAA/F24), during shipment of product via pipeline (Jet-A), and tank truck (Jet-A) on a 24-hour per day, 7-day per week basis. All required additive injection will be accomplished in accordance with (IAW) the most current version of MIL-STD-3004-1, DEPARTMENT OF DEFENSE STANDARD PRACTICE: QUALITY ASSURANCE FOR BULK FUELS, LUBRICANTS AND RELATED PRODUCTS, and the appropriate contract text(s). Submissions should be sent to Mr. Kirk Gamblin at kirk.gamblin@dla.mil by 05:00 P.M. local Fort Belvoir, VA time on April 26, 2022. Please direct any questions concerning this RFI to Contract Specialist, Mr. Kirk Gamblin at kirk.gamblin@dla.mil or (571) 767-0515 and/or Contracting Officer Mr. Shane A. Banks at shane.banks@dla.mil or (571) 767-8298. Interested firms must include, in their submission, the RFI number SPE603-22-R-5X08 in the subject line of their emails. The following information is requested: 1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, business size, and a statement regarding current business status. 2. Capability Statement. Provide a brief explanation of your firm's capabilities to provide Contractor-Owned, Contractor-Operated Fuel Storage Facilities, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, account for petroleum products, maintain the associated fuel facilities and to provide qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar fuels management requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO fuels management. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Pricing Estimate.� Estimate of anticipated storage pricing in a price per barrel per year or price per barrel per month format. ($/BBL/YR or $/BBL/Month). 5. Location: Please provide the location/address of your facility.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4854779a911040fb9fe2c44ca63ac112/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06299895-F 20220417/220415230109 (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 |