SOLICITATION NOTICE
H -- Laboratory Services Panama
- Notice Date
- 9/8/2025 7:15:57 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-26-R-050X
- Response Due
- 9/29/2025 7:00:00 AM
- Archive Date
- 10/14/2025
- Point of Contact
- Isabelle Petracci, Phone: 571-382-9831, 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 Defense Logistics Agency (DLA) Energy-FESDB will issue a solicitation to acquire laboratory testing services located within the country of Panama. The following are products which are utilized by DLA Energy and its customers that may require testing at the contractor�s facility, per the requirements set by DLA Energy. 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 The Contractor will be responsible for the laboratory testing of Defense Working Capital Product (DWCF) owned petroleum products in accordance with the specific specifications, and transportation of samples from contracted locations to the contractor�s laboratory. Government-owned products may be shipped to the Contractor�s laboratory for testing. The contractor will be responsible for compliance with all performance requirements. The contractor will be responsible for all actions taken by any sub-contractor utilized. The contractor shall be ISO 9001 and/or ISO/IEC 17025 certified. If samples require subcontracting for specific test methods or tasks due to unforeseen circumstances, the offeror must notify the contracting officer during the offer period and formally request an Exception, Deviation, or Waiver (EDW) for the particular tasks. Should a government representative (QAR) opt or require observation of testing conducted at a subcontractor's facility, they will be granted complete access to monitor all aspects of the testing process. The performance period is for a two (2) year base period from February 1, 2026 � February 1, 2028. One (1) two-year option period of February 1, 2026 � February 1, 2030and a 6-month option from February 1, 2026 � July 31, 2030, to extend. The Solicitation will be issued on or around October 2025, and the Solicitation closing date will be on or around November 2025. This procurement will be a full and open competition. The solicitation will be published electronically on the Federal Business Opportunities website at www.sam.gov. This is not an RFP, a promise to issue an RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/997704282a8b4ca3a832ca468f7bbce0/view)
- Place of Performance
- Address: PAN
- Country: PAN
- Country: PAN
- Record
- SN07581508-F 20250910/250908230041 (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 |