SOLICITATION NOTICE
91 -- Synthetic Hydrocarbon Type Jet Propellant 10 (JP-10)
- Notice Date
- 6/24/2022 9:40:25 AM
- Notice Type
- Presolicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M SAN ANTONIO TX 78226 USA
- ZIP Code
- 78226
- Solicitation Number
- SPE60122R03XX
- Response Due
- 7/29/2022 1:00:00 PM
- Point of Contact
- David White, Phone: 2104006048, Douglas Smith, Phone: 2107804870
- E-Mail Address
-
david.white@dla.mil, douglas.g.smith@dla.mil
(david.white@dla.mil, douglas.g.smith@dla.mil)
- Description
- The Defense Logistics Agency Energy � Aerospace Energy intends to execute an unrestricted Full and Open Competition solicitation for the production and delivery of Hydrocarbon Type Jet Propellant 10 (JP-10), NSN 9135-01-665-9490, IAW MIL-DTL-87107E (Propellant, High Density Synthetic Hydrocarbon Type, Grade JP-10), dated 12 January 2012.� The requirement requires production, storage and distribution of Propellant JP-10 into both Government-provided tank trucks (bulk) and ISO type - containers, as well as Contractor-furnished drums. The Contractor shall provide all production, raw materials, supplies, storage tanks, management, tools, equipment and labor necessary to manufacture, store, and distribute JP-10. �The JP-10 requirement is f.o.b. Origin.� The requirement also includes bulk storage.� The contractor shall provide storage and distribute Government-owned JP-10 into Government provided conveyances while maintaining product on-specification at all times. In order to maintain accountability and control over Government-owned product located at the Contractor�s site, the facility shall be designated a DFSP and the Contractor shall comply with all requirements stated in Clause entitled RESPONSIBILITY FOR GOVERNMENT OWNED JP-10.� The estimated quantity is 100,000 gallons in year one and 100,000 gallons in the option follow-on year.��� The Government intends to award one (1) year Firm Fixed Price Requirements-Type contract with a one (1) year option, on or about 12 August 2022, using Federal Acquisition Regulation Part 12 Acquisition of Commercial Items. 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 Priced Technically Acceptable Source Selection Process will be utilized in accordance with FAR 15.101-2. Subject solicitation will be issued on or about 10 July 2022 and posted on the Contract Opportunities (formally FedBizOpps) website at: https://sam.gov.� It is the responsibility of interested vendors to monitor SAM.gov 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
-
SAM.gov Permalink
(https://sam.gov/opp/d6c9fd6e788d492ea47820e5d6b3f92e/view)
- Record
- SN06369090-F 20220626/220624230102 (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 |