SOURCES SOUGHT
99 -- Additization Injection Equipment
- Notice Date
- 2/26/2018
- Notice Type
- Sources Sought
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery 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
- SPE60518RFI1009
- Archive Date
- 4/10/2018
- Point of Contact
- Cynthia E Wicklund, Phone: 571-767-2603, David W. Peterson, Phone: 571 767-8502
- E-Mail Address
-
cynthia.wicklund@dla.mil, david.peterson@dla.mil
(cynthia.wicklund@dla.mil, david.peterson@dla.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- REQUEST FOR INFORMATION DEFENSE LOGISTICS AGENCY - ENERGY ADDITIZATION INJECTION EQUIPEMENT OBJECTIVE This is a request for information only as defined in FAR 15.201(e). The Department of Defense (DoD) is interested in innovative solutions and estimated costs per unit for a fluid powered additive injection system, which meets the needs of small-scale tactical operations today and into the future. The assembly will be used in a military tactical environment at fuel transfer points and for receipt from commercial tank trucks or at fuel tank truck offloading facilities into military equipment. The assembly should be man portable, i.e., does not require Material Handling Equipment (MHE), and must allow for low flow rates 20-250 GPM, be fluid driven, have 3” cam lock inlet and outlets (female/male). This injection system will be used to produce military specification JP-8 fuel by additizing or injecting commercial product (Jet A, Jet A1, or other suitable fuel) with three approved additives: Corrosion Inhibitor/Lubricity Improver (CI/LI), Fuel System Icing Inhibitor (FSII), and Static Dissipater Additive (SDA). Each additive will be delivered continuously and blended evenly at appropriate ratios. BACKGROUND The Defense Logistics Agency (DLA), as the Executive Agent, is responsible for providing Military Specification (MILSPEC) bulk fuel product from the source to the end user. The Military Services, in support of current DOD focus and strategic partnership building, have expanded exercise locations to include new sites in USPACOM, USEUCOM, and USAFRICOM areas of operation. In accordance with the Single Fuel Concept, the Services’ fuel requirements are for JP-8 or the commercial equivalent in support of aviation and tactical ground equipment. DLA Energy relies on commercial fuel to sustain our warfighter. Commercial aviation fuel with performance characteristics similar to JP-8 is created by additizing or injecting commercial product (Jet A, Jet A1, or other suitable fuel) with three approved additives: Corrosion Inhibitor/Lubricity Improver (CI/LI), Fuel System Icing Inhibitor (FSII), and Static Dissipater Additive (SDA). The injection of additives to bring commercial fuels to MILSPEC is typically accomplished using Injection Equipment near the end of the logistics supply chain prior to customer receipt. PROCESS This request is to gather information from interested parties and is an essential step in determining market availability and/or interest for the manufacture, supply, and maintenance of small scale military tactical Fuel Additive Injection Systems. Interested parties should provide a statement of interest on company letterhead. This statement should include the ability to meet the technical requirements, unit cost, unit availability, and typical time to manufacture. Extracts from brochures are acceptable, but they must clearly address the requirements outlined in this document. The statement should also indicate the capability and experience in the delivery of additive injection system, the level of technical support that can be provided with the equipment and/or feasibility to support a technical demonstration, the company point of contact, telephone number, and email address. If more than one type of assembly is proposed, please rank each solution proposed. DISCLAIMER This RFI is issued solely for information and planning purposes, and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. CONTACT INFORMATION Primary: Cynthia A. Wicklund, email: cynthia.wicklund@dla.mil, phone: 571-767-2603 Secondary: David W. Peterson, email: david.peterson@dla.mil, phone: 571-767-8502
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60518RFI1009/listing.html)
- Record
- SN04835190-W 20180228/180226231557-954b70cf624395b79d1462c25bddfb9d (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 |