Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2014 FBO #4558
SOLICITATION NOTICE

91 -- Notice of Intent to Sole Source - Swedish Biofuels - ATTACHMENT A

Notice Date
5/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5714Q80054
 
Archive Date
8/16/2014
 
Point of Contact
Donna M. Brickley, Phone: 6174943661
 
E-Mail Address
Donna.Brickley@dot.gov
(Donna.Brickley@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Reference GCxGC analysis of SB-JP-8 (referred to as POSF 10272 in this lab analysis) The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) intends to solicit, negotiate, and award a purchase order to Swedish Biofuels, Stockholm, Sweden, under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The Government intends to procure, through a firm-fixed-price purchase order, 650 gallons of Swedish Biofuels alcohol-to-jet synthetic kerosene with aromatics (ATJ-SKA), SB-JP-8, alternative aviation fuel. Swedish Biofuels owns all the intellectual property rights to this fuel. The Government intends to use Swedish Biofuels SB-JP-8 fuel to perform laboratory testing on the fuel's cold starting, engine plugging, and engine impact due to long duration use of the fuel (durability testing) capabilities on a turbine engine. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The Contracting Officer is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures. Clauses and provisions incorporated in this synopsis/solicitation are those in effect through FAR Circular 2005-73, effective April 29, 2014. Interested and responsible parties may submit a capability statement which will be considered by the Government. No reimbursement will be made for any costs associated with providing information in response to this announcement. STATEMENT OF WORK---Begin 1.0 Background The U.S. Department of Transportation/John A. Volpe National Transportation Systems Center (Volpe Center) supports Federal Aviation Administration (FAA) alternative fuels development as part of the Commercial Aviation Alternative Fuel Initiative (CAAFI), including CAAFI member coordination, meeting participation, presentations made in representing CAAFI at various conferences/events, logistics management, and continued monitoring of alternative aviation fuel production and testing.. The Volpe Center, FAA, and the United States Air Force (USAF) are working with CAAFI stakeholders in international regulatory bodies including ASTM, industry, academia, and Government agencies to: 1. Add new classes of fuels to the recently approved alternative fuel standard by ASTM International (ASTM D7566); 2. Improve the alternative fuel certification process (ASTM D4054); 3. Participate in commercial aircraft flight tests using alternative fuels; and 4. Conduct tests and analyses to ascertain their emissions characteristics and lifecycle greenhouse gas emissions. 2.0 Objective The specific alternative aviation fuel to be tested is Swedish Biofuel's alcohol-to-jet synthetic kerosene with aromatics (ATJ-SKA) fuel Aviation Turbine Engine Fuel SB-JP-8. Swedish Biofuels owns all intellectual property rights to this SB-JP-8 ATJ-SKA alternative aviation fuel. New aviation fuels are run through a pre-established, consistent test regimen and the 650 gallons is the necessary amount to conduct the testing on cold starting, engine plugging, and the impacts on an engine of long-duration use of the fuel (durability testing) on a turbine engine. 3.0 Fuel Requirements The Contractor shall provide 650 gallons of the ATJ-SKA alternative aviation fuel, Swedish Biofuels SB-JP-8 (described in Attachment A as POSF 10272, a name given to this fuel in a recent laboratory analysis) to be delivered in accordance with environmental laws and regulations. The SB-JP-8 ATJ-SKA alternative aviation fuel shall comply with the properties listed in Attachment A and identified below: • Shall be designated as ATJ-SKA. • Shall be produced from biologically derived alcohols. • Shall contain a distribution of normal paraffins, iso-paraffins, cyclo-paraffins and aromatics. 4.0 Deliverables SB-JP-8 ATJ-SKA Alternative Aviation Fuel The Contractor shall ship the SB-JP-8 ATJ-SKA alternative aviation fuel via FOB destination in accordance with applicable environmental laws and regulations in drums made of material designated as safe for shipping fuel to the below named person and address: Tim Edwards Phone: 937-255-3524 Email: james.edwards.17@us.af.mil AFRL/RQTF Building 490 1790 Loop Rd. North Wright Patterson AFB, OH, 45433-7103 Technical Report In addition to the fuel, the Contractor shall also provide a technical report on the SB-JP-8 ATJ-SKA alternative aviation fuel performance characteristics to the Volpe Center Contracting Officer's Representative by email clay.reherman@dot.gov. This technical report shall include all proprietary and non-proprietary data that allows the Government to perform thorough laboratory testing and analysis of the fuel. The Contractor is responsible for identifying and documenting with clear markings any proprietary data in the technical report. 5.0 Delivery Schedule The Contractor shall deliver the 650 gallons of SB-JP-8 ATJ-SKA alternative aviation fuel and technical report described in paragraph 4.0 by July 31, 2014. STATEMENT OF WORK---End PROPOSAL PRICING: The Government intends to award one, firm-fixed-price purchase order as a result of this solicitation subject to receipt of an acceptable quotation. The Offeror shall complete the below CLIN 0001 Unit Price and Amount for the delivery via FOB destination of the SB-JP-8 ATJ-SKA alternative aviation fuel shipped in accordance with environmental laws and regulations in drums made of material designated as safe for shipping fuel and technical report: Item No. Schedule of Supplies/Services Quantity Unit Unit Price Amount 0001 SB-JP-8 ATJ-SKA alternative 650 Gallons $_______ $__________ aviation fuel INSTRUCTIONS TO OFFERORS: All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. No reimbursement will be made for any costs associated with providing information in response to this announcement. The offer shall be addressed to: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attention: Donna Brickley, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Donna.Brickley@dot.gov. The time for receipt of offers is 2:00 p.m. Eastern Time on 05/30/2014. FAR 52.212-1, Instruction of Offerors-Commercial Items (FEB 2012) is hereby incorporated by reference. The offer must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2012). All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from a DOT Agency. Contractors may access the Central Contractor Registration (CCR) via the System for Award Management (SAM.Gov) to register and/or obtain information about the registration. Additionally, solicitation Representations and Certifications are no longer provided within the solicitation and must be submitted on-line through SAM.gov. The Offeror is reminded that it must provide Certifications and Representations online at least annually via the Online Representations and Certification Application (ORCA) at SAM.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52,214-34, 52.214-35, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-3 (Alternate 1), 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.247-34, and 52.247-63. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT5714Q80054/listing.html)
 
Record
SN03369277-W 20140518/140516235024-4fe6da87d0566084f2a546dbd249a55d (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 |
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.