Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2023 SAM #8012
SOLICITATION NOTICE

91 -- SPE60123R0316 LN2, LOX & ABO East PPN 9.1B

Notice Date
11/2/2023 8:19:25 AM
 
Notice Type
Presolicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
 
ZIP Code
78236
 
Solicitation Number
SPE60123R0316
 
Response Due
11/25/2023 12:00:00 PM
 
Archive Date
05/01/2024
 
Point of Contact
Jessica Negron, Phone: 2107804964
 
E-Mail Address
jessica.negron@dla.mil
(jessica.negron@dla.mil)
 
Description
Request for Information � Liquid Nitrogen (LN2) and Liquid Oxygen (LOX) � Multiple Locations 25 July 2023 INTRODUCTION: This pre-solicitation notice is issued by the Defense Logistics Agency (DLA) Energy-FEM- San Antonio, Texas. This is NOT a solicitation for proposal.� No awards will be made from the responses to this announcement. SCOPE OF REQUIREMENTS: The Contractor shall provide all product, materials, supplies, management, tools, equipment, transportation and labor necessary for the delivery of requested product. PRODUCT: LN2 (NSN 6830-01-666-3681), Grade L, shall meet the requirements of the most current version of CGA G-10.1. LOX (NSN 6830-01-666-4438), Grade B, shall meet the requirements of the most current version of CGA G-4.3. � LN9 (NSN 6830-01-665-3253), NITROGEN, LIQUID, GRADE B, 99.99%, BULK, shall meet the requirements of the most current version of MIL-PRF-27401. LOA (NSN 6830-01-665-3259), OXYGEN, LIQUID, GRADE A, 99.6%, BULK, shall meet the requirements of the most current version of MIL-PRF-25508. ABO (NSN 6830-01-644-2463), Type II, shall meet the requirements of the most current version of MIL-PRF-27210. LN2 (NSN 6830-01-644-2557), Type II, Grade B shall meet the requirements of Type II, Grade B, of the most current version of Commercial Item Description A-A 59503. LN2 (NSN 6680-01-663-6199), Type II, Grade B shall meet the requirements of the most current version of CID A-A 59155. A copy of the Certificate of Analysis shall accompany each shipment. In addition to the reports required elsewhere within this contract, one copy of a Certificate of Analysis for each sample required by the specification shall be submitted as an attachment to the applicable Wide Area Workflow (WAWF) Combo document or documented on the WAWF Statement of Quality tab. Unit of issue for LN2/LN9/LOX/ABO shall be GL (gallons) for all documentation. PRODUCT ORDERING: The DLA Energy Contracting Officer shall issue Blanket Delivery Orders (DD Form 1155) for obligation of funds for shipments to be scheduled during that specific timeframe by the Delivery Scheduler. The individual shipments requested by the Delivery Scheduler will designate the specific quantity to be delivered at the customer location specified in the contract. The Contractor shall provide DLA Energy a list of personnel available on a 24-hour a day basis to take orders from the Delivery Scheduler, as well as delivery information/status on the order. The list shall include full name, office phone number, cell number and email. DLA Energy shall be notified of changes in contact personnel, phone numbers and email addresses. PRODUCT DELIVERY: Deliver Multiple Locations. Off-load shall be into the Government-owned/Contractor Provided storage tanks. elivery hours shall be Monday thru Thursday from 0630 to 1530 hours, excluding weekends and federal holidays. The Contractor shall deliver to destination within five (5) calendar days after notification by the Delivery Scheduler. For emergency deliveries, product shall be delivered within two (2) calendar days after receipt of an order from the Delivery Scheduler. Weekends and federal holidays are excluded from calendar days. Fill Line Restriction Orifice: If it is determined during supplier site visits or upon review of Customer tank technical information, that additional tank over-pressure protection is required to comply with CGA P-59, Prevention of Over-Pressure during Filling of Cryogenic Vessels, the Contractor shall identify the deficiency to the designated Customer representative(s) for implementation of corrective action. The Contractor may be requested to provide and install the additional tank protection, which may encompass any of the methods identified in the P-59. NOTE: Over-pressure protection devices shall not be installed on Customer-owned storage tanks without prior coordination with DLA Energy Contracting Officer and the activity that physically possesses the tank(s). INSPECTION AND ACCEPTANCE: Inspection for quality shall be performed at origin. Quantity determination and acceptance shall be at destination. Contractor shall obtain customer signature for delivery at each location for acceptance of quantity. METHOD OF MEASUREMENT: Quantity determination to be performed by use of a truck mounted calibrated flow meter. HOT FILLS: Occasionally, the Contractor may be required to perform a �Hot Fill� in order to cool-down and refill any Government-owned tank that has gone empty and is warm. SECURITY REQUIREMENTS: Delivery personnel shall be U.S. citizens. In addition, delivery personnel must possess a state or federally issued photo ID that displays the driver�s full name and date of birth. Deliveries to Military installations will require delivery personnel provide social security number and be subjected to background checks. Driver may also be required to provide proof of insurance and vehicle registration. Some locations will require delivery personnel be escorted while making deliveries. All delivery vehicles are subject to search by security personnel prior to accessing delivery location and while on each facility. ANTICIPATED PERIOD OF PERFORMANCE: This potential requirement has a fifteen (15) Months period of performance and 1 six months extension option. ANTICIPATED CONTRACT TYPE: Requirements type contract.� The Government will not lock into a fixed quantity, but all LN/LOX and ABO needed to support these locations will be pulled under award of this contract/contracts. CAPABILITY STATEMENT:� Interested qualified organizations should submit a capability statement for this requirement addressing the areas below.� Statements should include an indication of current business size and a list of available ancillary services available as well as any technical information believed to be useful to the Government. The capability statement at a minimum shall address the potential vendor�s ability of the following: a. �Capability to fully meet the specification b.� Capability to perform all the sampling/testing requirements listed in the specifications c.� Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed. d. Statement of ability to meet needs for the DLA Customer e.� Capability for a potential Federal Government Contract, your company must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1. Is your company registered SAM, and if so, what is your company's cage code and Duns # If your company is not currently registered in SAM, would you be willing to register in the SAM system? f. Confirmation that you have the ability to produce and deliver Liquid Nitrogen(LN2/LN9)/Liquid Oxygen(LOX)/Aviator Breathing Oxygen(ABO) SUBMISSION INSTRUCTIONS: �The Government intends to award a Firm-Fixed Price Type Requirements Contract with a fifteen (15) month period of performance using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures.� Subject solicitation will be issued on or about September 2023.� For additional information and/or to communicate concerns, please contact Jessica.Negron@dla.mil.� For questions regarding Small Business or Small Disadvantage Business affairs, contact DLA Small Business Office at 571-767-9400.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6978034c279d42539f54d4837ad3112a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06875104-F 20231104/231102230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.