Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOLICITATION NOTICE

X -- Storage Services in the Port of Mesaieed, Qatar

Notice Date
4/9/2020 3:54:14 PM
 
Notice Type
Presolicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-20-R-0506
 
Response Due
5/11/2020 12:00:00 PM
 
Archive Date
05/26/2020
 
Point of Contact
David Donald, Phone: 5717671513, Shane Banks, Phone: 5717678298
 
E-Mail Address
david.donald@dla.mil, shane.Banks@dla.mil
(david.donald@dla.mil, shane.Banks@dla.mil)
 
Description
The Defense Logistics Agency (DLA) - Energy - FESBB will be issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) fuel storage services in the Port of Messaieed, Qatar on a 24 hour, 7 days per week basis. The requirement is for fuel storage and management services to include the capability to receive, store, protect, issue, and distribute U.S. government-owned products: Commercial Jet Fuel, Grade Jet A-1 and JP8 in the Port of Messaieed, Qatar. The tanks offered for storage must have adequate combined safe fill capacity to store 750,000 barrels of Commercial Jet Fuel, Grade Jet A-1 and JP8. All offered storage must be ready for initial fill at time of award. Solicitation SPE603-20-R-0506 will be issued using best commercial practices and guidelines to meet the requirements of the Performance Work Statement (PWS). This requirement is to procure Contractor-Owned Contractor- Operated (COCO) fuel storage services with the capability to receive Jet A-1 via tanker/barge and commercial pipeline as needed, 24-hour per day, seven (7) days per week. The Contractor will be capable of injecting commercial jet fuel Jet A-1 with the additives below for outbound JP-8 shipments as required, 7 days per week, 24 hours per day. Contractor shall store, maintain, and inject Fuel System Icing Inhibitor (FSII) IAW MIL-DTL-85470, Static Dissipater Additive (SDA) IAW MIL-DTL-83133 and Corrosion Inhibitor/Lubricity Improver (CI/LI) additive IAW MIL-PRF-25017 as needed to meet demand for JP-8 shipments and ensure additives remain on specification at all times. All additives injected must conform to JP-8 specification requirements as listed in MIL-DTL-83133 (latest Version). Pipeline shall be the primary shipping mode to Al Udeid Airbase (AUAB). The contractor shall be capable of shipping JP-8 via a contractor-furnished pipeline to AUAB, as needed, 24 hours per day, seven (7) days per week. The contractor is responsible for all manpower, tools, maintenance, materials, permits, and testing associated with providing pipeline shipping services. Tanker trucks shall be the secondary shipping mode to AUAB and shall be immediately put into use in the event of a pipeline shutdown. The contractor shall have available adequate tanker trucks and qualified drivers as required. Planning factor for Shipping Requirements is a range of 2.5M barrels to 3.5M barrels for Al Udeid Airbase and 36,000 gallons for Camp Al Sayliyah per 12-month period. This procurement will be unrestricted under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates awarding a firm fixed-price contract. The resultant contract will include a four-year base period of performance from August 1, 2020 through July 31, 2024, with a five-year option from August 1, 2024 through July 31, 2029 in accordance with (IAW) FAR 52.217-9. Additionally, an option, not to exceed six months (August 1, 2029 through January 31, 2030) IAW FAR 52.217-8, will be included. This procurement will be solicited under full and open competition. The solicitation will be posted on or after April 1, 2020 and the Request for Proposal (RFP) will close in approximately 30 plus days. The solicitation will be published electronically on the Beta Sam Government website at https://beta.sam.gov. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF). This is not 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18096830e39240288cc199eb81bff859/view)
 
Place of Performance
Address: QAT
Country: QAT
 
Record
SN05615900-F 20200411/200409230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.