Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2025 SAM #8669
SOURCES SOUGHT

H -- Contracted Laboratory Services CONUS

Notice Date
8/19/2025 5:37:01 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-5X28
 
Response Due
9/9/2025 7:00:00 AM
 
Archive Date
09/24/2025
 
Point of Contact
Ralph Dayougar, Phone: 5715961675, Karen Tom
 
E-Mail Address
ralph.1.dayougar@dla.mil, karen.tom@dla.mil
(ralph.1.dayougar@dla.mil, karen.tom@dla.mil)
 
Description
This is a Sources Sought Notice only. This notice is issued for planning and market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. This is NOT a Request for Proposal (RFP), 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. Defense Logistics Agency (DLA) Energy - FESDB seeks to identify responsible potential sources and obtain information regarding possible sources who can provide laboratory testing services in multiple locations throughout the Continental U.S. (CONUS) region. The Contractor will be responsible for the laboratory testing of government-owned petroleum products in accordance with military specifications as described below and transportation of samples from contracted locations to the contractor�s laboratory. Jet Fuels Aviation Turbine Fuel, Grade JET A (Specification: ASTM D1655 latest version) and JET A-1, NATO F-35 (DEF Stan 91-091 latest version) Aviation Turbine Fuel, Kerosene Types, Grade JP-8 NATO F-34 (Specification: MIL-DTL-83133, latest version) Aviation Turbine Fuel, Grade JP-5 NATO F-44 (Specification: MIL-DTL-5624, latest version) Aviation Turbine Fuel, Thermally Stable, Grade JPTS (Specification: MIL-DTL-25524 latest version) Aviation, Gasoline, NATO F-18 ASTM D910. (latest version) Diesel Fuels Diesel Fuel, Navy Distillate NATO F-76 (Specification: MIL-DTL-16884, latest versions) Diesel Fuel Oil, Grades: Ultra-low sulfur No.1 & No. 2, Low Sulfur No.1 & No. 2 (Specification: ASTMD975, latest version) Diesel Fuel Oil, Biodiesel blends B6-B20 (Specification: ASTM D7467 latest version) Marine Residual Fuel Oil Grade (RME-180, RMG-380, MGO) (Specification: ISO 8217 latest version) Unleaded Fuels Fuel, Automotive Spark Ignition Engine Grades (Specification: ASTM D4814, latest version) Unleaded Gasohol, (Midgrade, Premium, Regular) Specification: ASTM D4814, (latest version) Fuel Ethanol (E85) for Automotive Spark-Ignition Engines (Specification ASTM D5798 latest version) Additives Fuel System Icing Inhibitor, High Flash (FSII) (Specification: MIL-DTL-85470 latest version) Corrosion Inhibitor (CI) (Specification: MIL-PRF-25017 latest version) Lube Oils Lubrication Oil, Steam Turbine and Gear (LTL) MIL Symbol 2190 (Specification: MIL-PRF-17331 latest version) Lubrication Oil, LO6, MIL Symbol 9250, Shipboard Internal Combustion, High Output Diesel (Specification: MIL-PRF-6081 latest version) Fuel Oil Fuel Oil Reclaimed (FOR) (specification: MIL-PRF-24951 latest version) These services are required to be performed within a certain time frame. Laboratory facilities must be located at the above-mentioned locations in order to perform the services required. Testing shall be completed within 12-48 hours and testing is required 24 hours per day, 7 days a week. Maximum Turn-around Hours Chart A Series 48 hours B Series 36 hours C Series 24 hours Individual tests 24 hours Expedite 18 hours Secured Fuel Performance 8 hours The period of performance would begin on March 15, 2026, through March 14, 2028 (two- year base), March 15, 2028, through March 14, 2030 (two-year option) and March 15, 2026, through September 14, 2030, potential (six-month extension). The North American Industry Classification System (NAICS) Code is 541380 and the size standard is $16.5 million. Interested parties should respond to the following: Provide a company profile to include number of employees, annual revenue history for (last three (3) years), office locations(s), Unique Entity Identifier (UEI)/CAGE Code number, and a statement regarding business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) is required for DLA Energy contractors. Capability of providing qualified and experienced personnel, with appropriate clearances, 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 (Fixed Price, Cost Reimbursement, etc.), and an explanation of services. Also include whether your firm acted as a subcontractor or joint venture. Please list the name of the prime contractor or other party, the specific work performed, percentage of work performed by other party and address any past performance problems, and resolutions taken. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type(s) of service you would perform. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a 4.5-year contract with multiple locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditure? Please elaborate. What realistic transition period would you require to commence performance with personnel, equipment, and materials? Interested parties may identify their capabilities by responding to this requirement by September 09, 2025, no later than 10:00 AM Eastern local Fort Belvoir time, Responses should be submitted via email and shall include a detailed capabilities statement answering the questions above. Responses shall be limited to 15 pages only. Only responses submitted via e-mail will be considered. Email responses to Ralph Dayougar, Contract Specialist at ralph.1.dayougar@dla.mil, include Karen Tom, Contract Specialist karen.tom@dla.mil on the email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/01197543c1ae4122af265913134908c5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07557756-F 20250821/250819230053 (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.