Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2023 SAM #8045
SOURCES SOUGHT

68 -- Aviator's Breathing Oxygen (ABO)- Kapolei, Hawaii

Notice Date
12/5/2023 7:15:30 AM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
 
ZIP Code
78236
 
Solicitation Number
PR7005562557
 
Response Due
12/11/2023 1:00:00 PM
 
Archive Date
12/26/2023
 
Point of Contact
SHANISE MINGLEDOLPH, Phone: 726-217-4659, KELLEY MAULDIN, Phone: 2103838874
 
E-Mail Address
shanise.mingledolph@dla.mil, kelley.mauldin@dla.mil
(shanise.mingledolph@dla.mil, kelley.mauldin@dla.mil)
 
Description
INSPECTION AND ACCEPTANCE: Inspection for quality shall be performed at origin.� Quantity determination and acceptance shall be at destination.� Contractor shall obtain customer signature for delivery at each location for acceptance of quantity.� A copy of the signed quantity acceptance document must be attached to the WAWF invoice submittal for payment. ANTICIPATED PERIOD OF PERFORMANCE: This potential requirement has an estimated 5-year requirement, 1 October 2024 through 30 September 2029. ESTIMATED QUANTITIES FOR THIS POTENTIAL REQUIREMENT: 25,000 Gallons (UG6) Year 1 - 5,000 Gallons, (1 October 2024 through 30 September 2025) Year 2 � 5,000 Gallons, (1 October 2025 through 30 September 2026) Year 3 � 5,000 Gallons, (1 October 2026 through 30 September 2027) Year 4 � 5,000 Gallons, (1 October 2027 through 30 September 2028) Year 5 � 5,000 Gallons, (1 October 2028 through 30 September 2029) ANTICIPATED CONTRACT TYPE: Requirements type contract, single award.� The Government will not lock into a fixed quantity, but all ABO needed to support this location will be pulled under this contract. CAPABILITY STATEMENT:� Interested qualified organizations should submit a capability statement for this requirement addressing the areas below.� Statements should include an indication of current business size and a list of available ancillary services available as well as any technical information believed to be useful to the Government. The capability statement at a minimum shall address the potential vendor�s ability of the following: a. Capability to fully meet the specification.� Contractors must address the ABO industry and the ability to meet all the needs for the entire period of performance.� Contractors should address previous force majeures in ABO, and how those would impact this requirement.�� b. Capability to perform all the sampling/testing requirements listed in the specifications. 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. Statement of ability to meet ABO needs for U.S. Coast Guard Barbers Point, HI. e. 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 in SAM, and if so, what is your company's cage code? If your company is not currently registered in SAM, would you be willing to register in the SAM system? f. What is the size of your company?� � � � � �a. What are your primary and secondary NAICS codes?� � � � � �b. If you identify as a Small Business (SB), please identify your company�s small business size standard based on the primary� � � � � �NAICS code 325120 � Industrial Gas Manufacturing. g. Provide a list of company ABO manufacturing fill-points/plants, to include city and state. SUBMISSION INSTRUCTIONS: �All capability statements sent in response to this Sources Sought Notice shall be submitted to Contracting Officer Kelley Mauldin, at kelley.mauldin@dla.mil and Contract Specialist Shanise Mingledolph, at shanise.mingledolph@dla.mil.�� All responses must be received by 11 December 2023 at 3:00 pm Central Time. 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 SAM.gov. 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 classified, confidential, or sensitive information should be included in your response. All proprietary information should be marked as such.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ef7bc86962b4bc684b9e0356f457db2/view)
 
Record
SN06903541-F 20231207/231205230053 (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.