Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2017 FBO #5565
SOURCES SOUGHT

91 -- Fuel Injection Service - Synopsis:

Notice Date
2/15/2017
 
Notice Type
Sources Sought
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
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
SP0600-2017
 
Archive Date
3/30/2017
 
Point of Contact
Cynthia E Wicklund, Phone: 703-767-9268
 
E-Mail Address
cynthia.wicklund@dla.mil
(cynthia.wicklund@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA, as the Executive Agent is responsible for providing MILSPEC bulk fuel product from the source to the end user in accordance with DOD 4140.25-M. The Services, in support of current DOD focus and strategic partnership building, have expanded exercise locations to include new sites in PACOM, EUCOM, and AFRICOM areas of operation. In accordance with DoD 4140.25-M, Volume 1, Chapter 4, paragraph C4.2.1.1, the Services fuel requirements are for JP-8 or the commercial equivalent in support of aviation and tactical ground equipment. In those cases, where this is not possible, DLA Energy is looking for potential solutions from industry to provide these services worldwide with limited advance notice. This RFI is specifically seeking companies who can provide injection service in support of small quantities of fuel (<1,000-20,000 gallons/day) per each location that meets military specification worldwide. The services would include the necessary equipment, fuel additives (Fuels System Icing Inhibitor (FSII), Static Dissipater Additive (SDA) & Corrosion Inhibitor/Lubricity Improver Additive per specifications in MILSTD 3004 latest edition) and technicians to provide injection support to additize small quantities of fuel in a manner that meets military specification worldwide. Responses should not exceed 25 pages and should address the following: 1) Firm's experience in providing like/similar services. 2) Potential technical approach(s)/solution(s) to satisfy the above mentioned performance requirement. Include considerations for Government Furnished additives and/or fuel if required. 3) 48-96 hour notification to performance for contingency support. 4) Ability to provide fully deployable support (Injection Equipment, fuel additives and technicians). 5) Rough Order Magnitude (ROM) estimates, to include: a. Input on approach to minimize associated costs to the Government. b. Rough cost estimate for the firms provided technical approach(s)/solution(s) to support five exercise/deployment locations simultaneously with the ability to increase that amount to eight locations within 90 days, throughout the world. c. Small requirements are defined as ability to inject between <1,000 to 20,000 Gallons/Day of neat commercial aviation fuel with all three required additives (FSII, SDA & CI). d. Injection can occur at suppliers' fuel terminal, at the supported military units deployed site, or any location between source and military. Injection equipment and procedures need to provide options to interface between commercial tanker trucks and Military Fuel Handling Equipment (Military tanker trucks, refueling trucks, tactical fuel farms (collapsible fuel bags) etc....) and the proposed solution must cover all possible options. e. Assume that U.S. Government/Military Service will provide required pre-deployment overseas training (Country briefings, medical briefings etc.). f. Contractor will arrange for required overseas medical immunization of their deploying personnel. This may be arranged with U.S. Government/Military Service during pre-deployment training (Situational dependent). g. Assume that U.S. Government/Military may provide overseas transportation of contractor's equipment and fuel additives for overseas locations from Military/Commercial Airport of Embarkation of supported unit. Provide ROM for this scenario and for contractor providing transportation of equipment and fuel additives to overseas deployment location. h. Assume the U.S. Government/Military Service will provide security at the deployment site co-located with U.S. Government/Military Service. i. Assume the U.S. Government/Military Service will coordinate all host nation country clearances for contractors' technicians deploying with supported Military Service Unit. 6) Industry considerations/input on feasibility to maximize potential for utilizing the private sector to support this requirement, achieve efficiencies and reduce costs to the DOD. Contracting Office Address: 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6222 United States Place of Performance: US Pacific Command, US Europe Command and US Africa Command United States Primary Point of Contact.: Cynthia A. Wicklund 703-767-2603 cynthia.wicklund@dla.mil Secondary Point of Contact: David W. Peterson 703-767-8502 david.peterson@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-2017/listing.html)
 
Record
SN04403464-W 20170217/170215234449-6bc1a2355c5dfc90697c93e33e4a59bd (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.