SOURCES SOUGHT
91 -- SOURCES SOUGHT FOR Monomethylhydrazine (MMH)
- Notice Date
- 5/17/2021 9:08:14 AM
- 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
- SPE60121RMMH
- Response Due
- 6/7/2021 11:00:00 AM
- Archive Date
- 06/22/2021
- 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 delivery of Monomethylhydrazine �(MMH) fuel to Vandenberg AFB, CA and to Kennedy Space Center, FL f.o.b. destination Propellant, Monomethylhydrazine (MMH) which conforms to the requirements of MIL-PRF-27404D, dated 20 Apr 2012 The specification shall be modified to include the following requirements: i. Elemental analysis samples shall be prepared by obtaining the NVR residue by the hot plate method (D.2.1) using platinum dishes referenced in MIL-PRF-26536G. The propellant residue obtained from the aforementioned NVR analysis shall be processed for instrumental analysis using Nitric Acid for all pertinent steps in Appendix C of MIL-PRF-26536G. ii. 0.04 ppm max Cadmium (Cd) as determined by Inductively Coupled Plasma (ICP) iii. 0.02 ppm maxTin (Sn) as determined by ICP iv. 0.03 ppm max Silicon (Si) as determined by ICP v. 1 ppm max toluene (GC-FID method in Appendix E) vi. <0.50 wt% aromatics Anticipated Period of Performance: This potential requirement has an estimated 3-year period of performance. If requirement develops starting period of performance, is June 2022. Estimated Quantities for this potential requirement: There are no anticipated quantities available at this time. 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 Monomethylhydrazine (MMH) 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/ 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? Information Submission Instructions: All capability statements sent in response to this Sources Sought notice should be submitted to Patricia Dominguez, Contracting at patricia.dominguez@dla.mil. All responses must be received by 2:00pm on� 7 June �2021. 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 r
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2c3c8268e16f4f49be325636fac8f132/view)
- Place of Performance
- Address: San Antonio, TX 78226, USA
- Zip Code: 78226
- Country: USA
- Zip Code: 78226
- Record
- SN06004746-F 20210519/210517230115 (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 |