SOLICITATION NOTICE
91 -- Carbon Dioxide (CO2) China Lake, CA
- Notice Date
- 3/1/2024 11:46:45 AM
- Notice Type
- Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE60124R0305
- Response Due
- 3/11/2024 12:00:00 PM
- Archive Date
- 03/30/2024
- Point of Contact
- Jessica Negron, Phone: 2107804964
- E-Mail Address
-
jessica.negron@dla.mil
(jessica.negron@dla.mil)
- Description
- NOTICES TO OFFERORS: 1. The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DOD) Integrated. Material Manager (IMM) for Aerospace Energy products and related services have a 60 month requirement from 01 October 2024 to 30 September 2029 for the delivery of Carbon Dioxide (CO2) and ancillary services as follows: Liquid Carbon Dioxide, CO2 (NSN 6830-01-650-4710) shall meet the requirements of Grade H, IAW Compressed Gas Association (CGA), Specification CGA-G-6.2. SE0000176 � Expedited Delivery (EA) SE0000178 - Detention (EA) SE0000180 - Fill Line Restriction Orifice (EA) SE0000182 - Tank Hot Fill (EA) The Contractor shall provide all materials, supplies, product, management, tools, equipment, labor, and transportation necessary to deliver product f.o.b. destination into Government-owned tanks at Naval Air Warfare Center Weapons Division, China Lake, CA. 2. The Government intends to award one (1) Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Item and FAR Part 15, Contracting by Negotiation, as applicable. Award will be made to the Offeror determined to be the Best Value to the Government, price and other factors considered, using the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. The offeror is encouraged to submit their best and final offer, the Government reserves the right to award without discussion or negotiations. 3. Offerors are advised of the possibility that their proposals may be found unacceptable if exceptions are taken to the solicitation requirements. Clarification of Government requirements should be requested by the Offeror by submitting questions and/or recommended changes not later than 14 calendar days after issuance of the solicitation. All exceptions to the solicitation requirements (including the SOO) and supporting rationale shall be identified as such and consolidated into an overview section of subject volume. An overview section is only required if the Offeror takes exception to any requirement in the solicitation. The overview section will not be included in the page count. Exception(s) to solicitation requirements may require the Government to amend the solicitation to reflect requirement�change(s). If the Offeror takes no exception to the stated requirements, a statement to this effect shall be included in the respective volume. 4. THE OFFEROR MUST COMPLY WITH THE REQUIREMENTS LISTED IN INSTRUCTION L2.35 PROPOSAL FORMAT AND CONTENT (AEROSPACE ENERGY) (DLA ENERGY JAN 2012) AND ALL OFFERS WILL BE EVALUATED IN ACCORDANCE WITH INSTRUCTION M2.14 EVALUATION � COMMERCIAL ITEMS (AEROSPACE ENERGY) (DLA ENERGY AUG 2009). 5. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only the clause/provision number, title, and date, and as such, are not shown in full text, are hereby considered to be incorporated by reference in accordance with FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE or FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, as applicable. 6. All potential offerors should contact the Contracting Officer for questions or to communicate concerns prior to the solicitation closing. The last day to submit questions regarding this solicitation will be on 23 February 2024, by 12:00 P.M. (CST). All Government responses to questions will be posted on https://sam.gov. 7. ALL OFFERS MUST BE RECEIVED NLT 11 March 2024 at 15:00 PM CST. All responsible sources may submit a proposal, which will be considered by the agency. If you intend to submit a proposal, you are required to complete, sign and return the entire solicitation package and be registered in SAM at https://sam.gov. Only emailed requests for the solicitation received directly from the requestor are acceptable. Any offer received after 15:00 PM will be considered �Late� and will be handled in accordance with FAR 52.212-1(f). 8. All potential offerors are advised to carefully review the solicitation, attachments and any subsequent amendments identified by solicitation number SPE601-24-R-0305. 9. All offerors are advised to insert the CAGE CODE (5-digit alphanumeric code) in Block 17a of the Standard Form 1449, in the box labeled �CAGE CODE.� 10. All potential offerors are advised to check beta.SAM.gov frequently for any solicitation amendments (updates) to SPE601-24-R-0305. To acknowledge amendments, complete Blocks 15A, 15B, and 15C of the Standard Forms (SF) 30 and return to DLA Energy by email to Jessica.Negron @dla.mil prior to the solicitation closing date. 11. Please submit all Vendor pricing (unit price, total price) on the SF-1449 AND on Attachment I excel spreadsheet titled �Pricing Worksheet SPE601-24-R-0305� provided as part of this solicitation. Offerors are required to complete and provide fill plant/point information on Attachment F, QAP 33.10 Manu and Filling Points (Aerospace JAN 2023), complete all necessary information on Attachment H , Contractor Performance Data sheet and submit with their proposal. 12. TAXES AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of any subcontractor, any taxes from which the United States Government is exempt. 13. The Contracting Officer may request that a DLA Energy Quality Assurance Representative (QAR) perform a Pre-award Survey (PAS) in accordance with FAR Part 9.106-1 to ensure that the capabilities exist to support the requirement the offeror bid against, mitigating risk of non-performance due to lack of capability and may include an on-site review. If requested, the offeror and its employees, including those at the fill point and/or production facility, shall be required to participate fully in the PAS process. The DLA Energy Contracting Officer will discuss any PAS results recommended by the QAR that is other than ""Recommend Full Award."" 14. For questions regarding Small Business or Small Disadvantage Business affairs should be addressed to the DLA�Energy Small Business Office at dla.energy.osbp@dla.mil or 1-800-526-2601 / 703-767-9400. 15. Point of Contact for this requirement: Jessica Negron, Contracting Officer, Jessica.Negron @dla.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aee798590f0c4c538577f04a214e6c6a/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN06983575-F 20240303/240301230052 (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 |