SOURCES SOUGHT
99 -- HPH Fuel
- Notice Date
- 6/1/2020 2:47:22 PM
- Notice Type
- Sources Sought
- NAICS
- 325180
— Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M SAN ANTONIO TX 78226 USA
- ZIP Code
- 78226
- Solicitation Number
- HPH
- Response Due
- 6/12/2020 1:00:00 PM
- Archive Date
- 06/27/2020
- Point of Contact
- Patricia Dominguez, Phone: 2107804906, WILLARD M RAMSEUR, Phone: 2107804908
- E-Mail Address
-
patricia.dominguez@dla.mil, willard.ramseur@dla.mil
(patricia.dominguez@dla.mil, willard.ramseur@dla.mil)
- Description
- INTRODUCTION: This is a Sources Sought notice issued by the Defense Logistics Agency (DLA) Energy-FEM - San Antonio, Texas. This is NOT a solicitation for proposals. �No awards will be made from the responses to this announcement. �However, responses may be used to determine the appropriate acquisition strategy for a future procurement. This notice issued by DLA Energy, is to identify potential sources, and solicits industry to express their capability and interest to provide all of the production related facilities, raw materials, supplies, management, tools, equipment and labor necessary for the manufacture �of Hydrazine, delivered F.O.B Origin into Government provided containers. PRODUCT PRODUCTION: ���HPH (9135-01-232-1852), each container shall meet the requirements of Performance Specification Propellant, Hydrazine, MIL-PRF-26536G, High Purity Grade dated 11 July 2017, and the following additional requirements: a.� 0.02 ppm Cadmium (Cd) as determined by Inductively Coupled Plasma (ICP) b.� 0.02 ppm Tin (Sn) as determined by ICP c.� 0.03 ppm Silicon (Si) as determined by ICP d.� Non detectable toluene (GC-FID method in Appendix E) e.� <30 ppm total aromatics (spectrophotometric method from Appendix E) FACILITY AND OPERATIONS:� It is critical that all DLA customers have a reliable and dependable supply of hydrazine. The contractor is responsible for delivering hydrazine as ordered, in accordance with the specification and additional factors above, as well as the terms and conditions of the contract. To meet these requirements, DLA anticipates funding the recoupment of certain facility and overhead expenses incurred by the contractor for maintenance and operational activity. DISTRIBUTION SERVICE: �The contractor shall be capable of filling the containers listed below, analyzing the product IAW applicable specification, and preparing the containers for shipping IAW applicable Local, State and Federal requirements. Shipments shall be scheduled in accordance with DD Form 1149 issued by the Customer Account Specialist. Contractor shall comply with 49 CFR in the preparation of shipping documents and any federal, state, county and/or local required transportation forms. This includes palletizing drums. a. �GPTU: After filling, GPTU shall be pressurized with gaseous helium to 25 � 10 psig. The annular space between the inner and outer tank shall be pressurized with gaseous nitrogen or helium to 7 � 3 psig (refer to NASA checklist OMI Q3861 Appendix B for loading, Appendix C for unloading as contained in Attachment 27). b. �Cylinders (4BW): Cylinders shall be pressurized with nitrogen or helium to 25 � 10 psig or in accordance with customer requirements (e.g. 85 � 10 psig) (refer to checklist #17 for loading and checklist #18 for unloading). The filling pressure and the blanketing gas required shall be stipulated on the DD Form 1149 or the Delivery Order. Cylinders are shipped under DOT Exemption 11173. c. �Cylinders (DOT 110): Cylinders shall be pressurized with nitrogen or helium to 25 � 10 psig or in accordance with customer requirements (e.g. 85 � 10 psig). The filling pressure and the blanketing gas required shall be stipulated on the DD Form 1149 or Delivery Order. d. �Palletized Drums: Air and moisture shall be purged from a drum prior to loading with dry nitrogen to a dew point of < 0 �F. Drums shall not be pressurized after filling but purged with nitrogen during the filling operation. (refer to checklist #15 for loading and checklist #16 for unloading as contained in Attachment 22). Drums are shipped under DOT Exemption 11077. All Government identification and markings shall be removed from all drums designated for Foreign Military Sales (FMS). All drums must be properly palletized IAW industry and DOT standards for shipment prior to acceptance and/or shipment by DLA Energy. e. �Bulk trailers designed to DOT Specification MC338 cargo tanks capable of holding about 2,500 gallons. f. �DLA Energy reserves the right to add additional container configurations, to include bulk containers, which are to be determined. Requirements for such containers will be identified and coordinated with the Contractor prior to inclusion. ESTIMATED QUANTITIES: a.� Hydrazine Fuel Base Year � 100,000 pounds b. Hydrazine Fuel Option Year One � 100,000 pounds c. Hydrazine Fuel Option Year Two � 50,000 pounds ANTICIPATED PERIOD OF PERFORMANCE: This potential requirement has a 3 year period of performance. CAPABILITY STATEMENT:� Interested qualified organizations should submit a capability statement for this requirement.� Statements should include an indication of current business size and a list of available ancillary services available. Services the government would be interested in getting capabilities information from interested suppliers include: a. �Capability to fully meet the Hydrazine specifications. If there are parts of the specification that your company cannot meet, please list them. b.� Capability to perform all the sampling/testing requirements listed in the specifications. If there are sampling/testing that your company cannot perform, please list them. c.� Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed. d.� Capability for a potential Federal Government Contract, your company must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1. Is your company registered SAM, and if so, what is your company's cage code and Duns #? If your company is not currently registered in SAM, would you be willing to register in the SAM system? SUBMISSION INSTRUCTIONS: �All capability statements sent in response to this Sources Sought notice should be submitted to Patricia Dominguez, Contracting Specialist at patricia.dominguez@dla.mil and Willard Ramseur, Contracting Officer at willard.ramseur@dla.mil.� All responses must be received by 12 June 2020 at 3:00pm CDT. DISCLAIMER AND IMPORTANT NOTES:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Respondents will be added to the prospective offerors list for any subsequent solicitation. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: �No proprietary, classified, confidential, or sensitive information should be included in your response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d11f91a583ab46e6b806f18b84df061d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05676468-F 20200603/200601230149 (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 |