Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
SOURCES SOUGHT

H -- Laboratory Services Panama

Notice Date
6/26/2025 8:08:14 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-25-R-5X26
 
Response Due
7/11/2025 12:00:00 PM
 
Archive Date
07/26/2025
 
Point of Contact
Isabelle Petracci, Ralph Dayougar, Phone: 5715961675
 
E-Mail Address
isabelle.petracci@dla.mil, ralph.1.dayougar@dla.mil
(isabelle.petracci@dla.mil, ralph.1.dayougar@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a Sources Sought Notice only. No Request for Proposal (RFP) is being issued at this time. This is not a promise to issue an RFP or a promise by the Government to pay for information received in response to this notice or any subsequent announcement. All information is subject to change and in no way binds the Government to award a contract. This Source Sought notice for Laboratory Services in the country of Panama is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. If the Defense Logistics Agency (DLA) Energy post a solicitation in the future, the solicitation will be published electronically on the Contract Opportunities website at SAM.gov. Interested parties responding to the solicitation will be required to register in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) previously known as Wide Area Workflow (WAWF). Defense Logistics Agency (DLA) Energy - FESDB seeks to identify responsible, potential sources and obtain information regarding possible sources who can provide laboratory testing services (NAICS Code: 541380) in Panama. Capabilities sought include laboratory testing of Government-owned petroleum products in accordance with required military specifications, as identified below, for a four-year period. Testing facilities shall be located in the country of Panama. Capabilities/Services Sought: Jet Fuels Aviation Turbine Fuel, Grade JET A (Specification: ASTM D1655 latest version) Aviation Turbine Fuel, Grade JP-5 NATO F-44 (Specification: MIL-DTL-5624, latest version) Diesel Fuels Diesel Fuel, Navy Distillate NATO F-76 (Specification: MIL-DTL-16884, latest version) Marine Fuel Grade-DMA (MGO) (Specification: ISO 8217 latest version) DLA Energy will require results within a specific turnaround time as shown below for certain Series of testing. Also, the series of testing must adhere to military specifications. Maximum Turn-around Hours Chart A Series 24 hours B Series 12 hours C Series 8 hours Individual tests 6 hours Expedite 12 hours Secured Fuel Performance 6 hours Interested parties may identify capabilities by responding to this source sought announcement, by July 11, 2025, no later than 3:00 PM local Fort Belvoir time, EST. Responses should be submitted via email and shall include a detailed capabilities statement. Please limit responses to no more than five (5) pages. Email responses to Isabelle Petracci at isabelle.petracci@dla.mil CC Ralph Dayougar at ralph.1.dayougar@dla.mil and Alex Cano at alexandro.cano@dla.mil with the RFI Number SPE603-25-R-5X26 in the subject line. The following information is requested: Provide a company profile to include the number of employees, annual revenue history (last 3 years) office locations(s), Unique Entity ID (UEI)/CAGE Code number, and a statement regarding business status. Capability Statement: Please provide a brief explanation of your firm�s capabilities to provide laboratory testing of Government-owned petroleum products, as required. Past Performance: Do you have past performance as a prime contractor or subcontractor on a service contract for similar laboratory testing of Government-owned petroleum product requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity, Period of performance, Dollar value, Type of contract, and an explanation of services. Also include whether your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage and address any past performance problems, and resolutions taken. Location: Please provide the location/address of your facility.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b29efa1eda064286bac7ac110b430d4f/view)
 
Place of Performance
Address: PAN
Country: PAN
 
Record
SN07491184-F 20250628/250626230047 (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.