SOURCES SOUGHT
H -- Laboratory Testing Salalah Oman
- Notice Date
- 12/12/2012
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-13-R-0518
- Point of Contact
- David P. Donald, Phone: 7037671513, Patricia Littlejohn, Phone: 703 767-8641
- E-Mail Address
-
david.donald@dla.mil, Patricia.Littlejohn@dla.mil
(david.donald@dla.mil, Patricia.Littlejohn@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATON (RFI) FOR LABORATORY TESTING SERVICES SALALAH, OMAN SP0600-13-R-0518 The purpose of this Request for Information (RFI) is to provide a description/direction of the services required of a contractor that will represent the United States Government/DLA Energy by providing sampling, laboratory testing and transportation of government-owned petroleum products in Salalah, Oman and report the information gathered as a result of those services to DLA Energy. This will be a 1 (one) year contract with four (4) one (1) year options periods. Contractor has to have experience and the necessary equipment and expertise in Laboratory Testing of the following Petroleum Products: •· TURBINE FUEL, AVIATION, GRADES JP-5 NATO F-44 TESTING REQUIREMENTS, MIL-DTL-5624 (Latest Version) •· FUEL, NAVY DISTILLATE NATO F-76, TESTING REQUIREMENTS, MIL-F-16884 (Latest Version) Laboratory Testing in the Oman Location Description of Services : a. The contractor shall provide one or more laboratories capable of performing the tests associated with the products listed above. The laboratories shall have a system of calibration equivalent to ISO 10012:2003 - Quality Assurance Requirements for Measuring Equipment and meet the equivalent requirements of ISO 17025 - General Requirements for the Competence of Testing of Calibration Laboratories. b. The laboratory shall maintain an audit trail that will allow for identification of tests performed and specific equipment and technicians. All testing will be performed in strict accordance with test methods that will be identified. c. Testing of U.S. Government-owned fuel products are required 24 hours per day, 7 days per week (including holidays). Under normal circumstances, samples will be received during contractor's normal working hours as set forth in the contract. Samples shall be processed, tested, and results provided to the DLA Energy Office/QAR (having cognizance over the location from which the samples originate) within the prescribed turn-around times as indicated. Turn-around time is measured from the time the samples are received at the laboratory to the time test results are received by the QAR. Should testing be required at other than normal working hours, and/or neither the CO nor the QAR are available, the Contractor may perform tests as requested in order to make an adequate analysis of the samples of fuel furnished for testing. No additional tests that are beyond the Contractor's capability to perform shall be required. The following are general turn-around times for groups of test/ methods: TESTS REQUIRED and TURN AROUND TIMES B Series Testing (Attachment A) 24 to 48 hours Individual Testing (as requested) 8 hours d. The contractor shall maintain records evidencing all analysis performed under this contract. All samples tested will be documented with a detailed report which reflects standardized American Petroleum Institute / Institute of Petroleum (API/IP) format when available. The contractor will telephone, fax, or email test results to the DLA Energy office identified in the requirement. Costs for providing test results will not be reimbursed by the U.S. Government and should be included in testing prices. e. Samples shall be retained, after analysis, for a minimum of 30 days. f. The Contractor shall be responsible for disposal of excess fuel sample and sample containers. DLA Energy is inquiring if you are able to support a requirement immediately, or would you consider mobilizing to do so within 18 months (by September 1, 2014) or within 24 months (by March 1, 2015). If you are able to perform the required testing at a different facility, please identify the location and distance of that facility from Salalah, Oman.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-13-R-0518/listing.html)
- Place of Performance
- Address: Salalah, Oman, United States
- Record
- SN02947265-W 20121214/121212234517-ea6b54e9401778958ed0f1dfe3f7c405 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |