Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2016 FBO #5431
SOLICITATION NOTICE

91 -- Synopsis for SPE600-17-R-0700; FSII/CLA/LIA

Notice Date
10/4/2016
 
Notice Type
Presolicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
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
SPE600-17-R-0700
 
Point of Contact
Michelle R. Sands, Phone: 7037671764
 
E-Mail Address
michelle.sands@dla.mil
(michelle.sands@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the synopsis for the Fuel System Icing Inhibitor (FSII), Inhibitor Corrosion (CLA) and Diesel Fuel Additive (LIA) procurement. The ordering period is date of award through December 31, 2018. The delivery period is April 1, 2017 through December 31, 2018, with a 30-day carryover, unless otherwise designated. The method of delivery will be tank truck and iso-containers. We load in 5,000 USG iso-containers and transport via truck to European destinations and cargo vessel/truck to Middle Eastern destinations. For Continental (US) CONUS locations the delivery method used is tank truck. The specific details will be included within the schedule of the solicitation by product and location. The total estimated quantity is as follows: FSII (SIG/DIGME) - 4,262,000 USG NSN: 6850-01-057-6427 MIL-DTL-85470B dated 1 June 1999 INHIBITOR, CORROSION, CLA - 12,000 USG NSN: 9140-01-628-6264 MIL-PRF-25017H (1) dated 2 October 2016, DIESEL FUEL ADDITIVE, LIA - 45,000 USG NSN: 9140-01-604-2853 MIL-PRF-32490 dated 25 February 2014 This solicitation is the follow-on to the current Bulk Fuels contracts ending March 31, 2017. This procurement of Bulk FSII/CLA/LIA is for one year and nine months (21 months) to align the new contracts awarded under this procurement with the normal program scheduled performance periods (Jan-Dec). The Bulk FSII/CLA/LIA program CONUS requirements are FOB destination via tank truck for 48 locations to include Guam. The OCONUS requirements are FOB Destination and include Italy and Germany via tank truck and requirements for Qatar and Kuwait are FOB Destination via Intermodal Container and/or Seavan. We have two new additives included on this solicitation, Inhibitor Corrosion (CLA) and Diesel Fuel Additive (LIA). The requirements are FOB destination via tank truck from two CONUS shipping points, DFSP Craney for CLA, and Point Loma for LIA. The CLA is a fuel-soluble corrosion inhibitor/lubricity improver additive for use in aviation turbine fuel, motor gasoline, diesel fuel, and related petroleum products. It is defined by MIL-PRF-25017. The LIA is one of two grades of diesel lubricity improver additives that are used in naval distillate fuels conforming to MIL-DTL-16884. It is defined by MIL-PRF-32490. All LIA products offered must be listed on the Qualified Products List (QPL) to be considered for award (link: http://quicksearch.dla.mil). LIA products not on the QPL list will need to be vetted and approved. Please contact Commander, Naval Sea Systems Command, ATTN: SEA 05S, 1333 Isaac Hull Avenue, SE, Stop 5160, Washington Navy Yard, DC 20376-5160 or emailed to CommandStandards@navy.mil for vetting process. Copies of the FSII/CLA/LIA solicitation will be available via the Federal Business Opportunities (FedBizOpps) webpage at www.fbo.gov. A posting notice will be sent to the firms on the solicitation mailing list on the date the solicitation is issued and posted on the FedBizOpps webpage. The anticipated date of issue for the solicitation is 10/14/2016. The anticipated date for receipt of initial offers is 11/03/2016. The anticipated award date is 12/16/2016. Sources solicited will include historical offerors, incumbent contractors, and any companies that request a copy of the solicitation. The solicitation will be posted to the FedBizOpps (www.FBO.gov) website. In accordance with FAR 15.101-2, best value will be achieved by using the lowest price, technically acceptable (LPTA) source selection process. A technically acceptable offer is one that meets the Government's product requirements in Section B, specifications in Section C, quality assurance requirements in Section E, and delivery requirements in Section F. An offer that proposes an exception to one of the foregoing requirements will be reviewed to determine whether the fuel will meet the Government's specification and delivery requirements, can physically be accepted, and not compromise fuel quality. If acceptable to customers, offer exceptions will be deemed technically acceptable. Requests for paper copies of this solicitation must be submitted by email to the DLA Bid Custodian email inbox, BulkFuelsBidCustodian@dla.mil (Subject: SPE600-17-R-0700 Additives Solicitation DLA Energy-FEBBA) or by e-mail to Michelle Sands at Michelle.Sands@dla.mil. All responsible sources may submit a proposal, which shall be considered by the Agency, in order to be eligible for award. Offerors are required to complete, sign, and return the document titled Offer Submission Package (OSP) to the Bid Custodian email box at DLA Energy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-17-R-0700/listing.html)
 
Place of Performance
Address: Various CONUS and OCONUS locations, United States
 
Record
SN04297071-W 20161006/161004234126-cd88d7de0fbf5ea4abb470648f5412e1 (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.