SOURCES SOUGHT
99 -- Lab Testing Services, South Pacific
- Notice Date
- 9/23/2020 12:31:22 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-20-R-5X21
- Response Due
- 10/7/2020 10:00:00 AM
- Archive Date
- 10/22/2020
- Point of Contact
- LaTasha Johnson, Contract Specialist, Phone: (571) 767-9950, Nakia Shaw, Contracting Officer, Phone: 5717677449
- E-Mail Address
-
latasha.johnson@dla.mil, Nakia.Shaw@dla.mil
(latasha.johnson@dla.mil, Nakia.Shaw@dla.mil)
- Description
- This is a Sources Sought Notice only. This notice is issued for planning and market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10.� This is NOT a Request for Proposal (RFP), a promise to issue an RFP, or a promise by the Government to pay for information received in response to this notice or any subsequent announcement. All information is subject to change and in no way binds the Government to award a contract. Defense Logistics Agency (DLA) Energy - FESDB seeks to identify responsible, potential sources and obtain information regarding possible sources who can provide laboratory testing, and when requested sampling, of Government-owned petroleum products in accordance with required Military Specifications.� Services will be performed in the following South Pacific locations:� Guam and Philippines.� Laboratory facilities must be located at the abovementioned locations in order to perform the services required. �Testing shall be completed within 12-48 hours and testing is required 24 hours per day, 7 days a week.� The services to be provided are as follows:� Laboratory Testing of Aviation Turbine Fuel, Grade JET A (Specification: ASTM D1655 latest version) and JET A-1, NATO F-35 (Specification: DEF Stan 91-091 latest version) Laboratory Testing of Turbine Fuel, Aviation, Kerosene Types, NATO F-34 (JP8) (Specification: MIL-DTL-83133 latest version) Laboratory Testing of Turbine Fuel, Aviation, Grade JP5 NATO F-44 (Specification:� MIL-DTL-5624 latest version) Laboratory Testing of Navy Distillate Fuel, NATO F-76 (Specification:� MIL-DTL-16884 latest version) Laboratory Testing of Fuel System Icing Inhibitor, High Flash (FSII) (Specification:� MIL-DTL-85470 latest version) Laboratory Testing of Marine Residual Fuel Oil Grade (RME-180/380) (Specification:� ISO 8217 latest version) Laboratory Testing of Lubrication Oil, Steam Turbine and Gear (LTL) MIL Symbol 2190 (Specification:� MIL-PRF-17331 latest version) Laboratory Testing of Lubrication Oil, (LO6), MIL Symbol 9250, Shipboard Internal Combustion, High Output Diesel� (Specification:� MIL-PRF-9000 latest version) Laboratory Testing of Diesel Fuel Oil (NATO F54) Series Testing Requirements for Specifications ASTM D975, EN 590 The period of performance will begin on March 1, 2021 through February 28, 2023 with one (1) two-year option period.� The North American Industry Classification System (NAICS) Code is 541380 and the size standard is $16.5 million. Interested parties should respond to the following: Provide a company profile to include: number of employees, annual revenue history for (last three (3) years), office locations(s), DUNS/CAGE Code number, a statement regarding business status.� Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. Capability of providing qualified and experience personnel, with appropriate clearances, if required. Past Performance: Do you have past performance as a prime contractor or subcontractor on a service contract for similar laboratory testing of Government-owned petroleum product requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity, Period of performance, Dollar value, Type of contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services. Also include whether your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage and address any past performance problems, and resolutions taken. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type(s) of service you would perform. Does your company have experience with contracts covered by the Service Contract Act of 1965? Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a six-year contract with multiple locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Interested parties may identify its capabilities by responding to this requirement, by October 7, 2020 no later than 1:00 PM local Fort Belvoir time, EST. Responses should be submitted via email and shall include a detailed capabilities statement. Responses are limited to not more than 15 pages.� Only responses submitted via e-mail will be considered. Email responses to LaTasha Johnson at Latasha.johnson@dla.mil.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/16cb57e945394d43a82ccfa75e57c62a/view)
- Record
- SN05809122-F 20200925/200923230221 (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 |