Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2017 FBO #5830
SOURCES SOUGHT

99 -- COCO services and ancillary facilities for receiving, storing, protecting, and shipping Aviation turbine fuel in the Bordentown, New Jersey/Trenton, New Jersey area

Notice Date
11/7/2017
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
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
SPE603-18-R-0509
 
Archive Date
12/19/2017
 
Point of Contact
Raquel V. Moore, Phone: 7037677664
 
E-Mail Address
Raquel.Moore@dla.mil
(Raquel.Moore@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice only. It seeks information from potential sources. This notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This is not a Request for Proposal (RFP), a promise to issue a 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. For reference purposes, this FBO notice is numbered SPE603-18-R-0509. Defense Logistics Agency (DLA) Energy - FESBC seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide Defense Fuel Support Point Contractor-Owned Contractor-Operated (COCO) services and ancillary facilities for receiving, storing, protecting, and shipping Aviation turbine fuel in the Bordentown/Trenton, New Jersey area. Approximately 335,600 barrels (bbls) of Jet-A or Jet-A with additives (JAA) storage (shell) capacity is required along with two tanks interconnected, and isolated from other facilities and products handled within the storage facility. Total throughput (allowed throughput) of 2,000,000 bbls for each 12-month contract period excluding initial fill or final shipment is required. Contractors will have the capability of injecting additives provided by the Government during receipt or shipping of product, 7 days per week, and 24 hours per day. The contractor is also required to provide the following ancillary capabilities and services: a. Maintain control over the physical environment to ensure proper product storage b. Government will have access to the complete inventory c. Contractor will furnish a computer system that meets commercial standards d. Receipt of aviation turbine fuel by barge and tank truck e. Injection system for Fuel System Icing Inhibitor (FSII), Static Dissipater Additive (SDA), and Corrosion Inhibitor/Lubricity Improver Additive (CI/LI) f. Additive Storage/Injection Plan post award g. Product, Shipping and Receiving capabilities h. Contractors Dock will have a draft of 10 feet at the dock and be capable of receiving and berthing barges not to exceed 4200 DWT. i. Product shipment by pipeline and tank truck from Contractor's facility to McGuire AFB j. Product Quality Surveillance k. Laboratory Testing for petroleum products in accordance with MIL-STD-3004 current version l. All tanks must meet the minimum requirements of the American Petroleum Institute (API) Standards, National Fire Protection Association (NFPA) codes, federal, state and local laws and/or regulations m. Contractor furnished fuel filtration/separation system n. Illumination to allow receipt/issue during hours of darkness o. Furnish office space of approximately 110 square feet, furniture, and janitorial services for the office space p. Access to a telephone, facsimile, photocopier The period of performance is estimated to begin on September 1, 2018 through August 31, 2022 with one four-year base period and one five (5) year option to renew, for a total of 9 years possible. The procurement will be through full and open competition and the Business Opportunities website at www.fbo.gov. Interested parties may identify their capabilities by responding to this requirement no later than 12:00 PM EST, November 28, 2017. Responses should be submitted via email and shall include a detailed capabilities statement no more than 10 pages. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. Only responses submitted via email will be considered. Email responses to Raquel.Moore@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-0509/listing.html)
 
Place of Performance
Address: Bordentown/Trenton, New Jersey, United States
 
Record
SN04733365-W 20171109/171107230958-ebef89652c50a625f5d3a5f134143f5c (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.