SOLICITATION NOTICE
91 -- DLA Energy / USCG Sustainable Aviation Fuel (SAF)
- Notice Date
- 6/11/2024 2:00:54 PM
- Notice Type
- Solicitation
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60224R0707
- Response Due
- 6/28/2024 10:00:00 AM
- Archive Date
- 07/13/2024
- Point of Contact
- Amanda Webster, Kirk Gamblin
- E-Mail Address
-
amanda.webster@dla.mil, kirk.gamblin@dla.mil
(amanda.webster@dla.mil, kirk.gamblin@dla.mil)
- Description
- AMENDMENT 1 - See SPE60224R07070001 for Amendment 1 and Updated Schedule The U.S. Coast Guard Aviation Training Center (ATC) in Mobile, Alabama has a petroleum requirement for Sustainable Aviation Fuel (SAF) designated as JAA. FOB destination tank-truck is the only acceptable delivery method. Product requirements for this procurement are as follows: The final SAF blend shall consist of conventional Jet A (NSN 9130-00-359-2026) blended with one of the approved ASTM D7566 synthetic blend components noted below: FT-SPK: Fischer-Tropsch synthetic paraffinic kerosene; blending limit 10-50% by volume. HEFA-SPK: Hydro-processed esters and fatty acids, blending limit 10-50% by volume. ATJ-SPK: Alcohol-to-jet synthetic paraffinic kerosene, blending limit 10-50% by volume.� ATJ synthetic blend components shall be derived from ethanol; all other alcohol feedstocks such as isobutanol and isobutene are not approved. The synthetic blend components and final blends must meet all requirements in ASTM D7566 and ASTM D1655. The final SAF blend shall contain Fuel System Icing Inhibitor, Corrosion Improver/Lubricity Improver, and Static Dissipator Additive in accordance with Quality Assurance Provision C16.08-1 (JAA). The annual requirement is estimated at 876,000 USG.� Delivery Period: Under this Purchase Program, 2.99L Sustainable Aviation Fuel (SAF) designated as JAA, the anticipated delivery period is August 1, 2024, through July 31, 2025, plus a 30-day carryover.� The 30-day carryover period allows for delivery of orders placed prior to the end of the ordering period. The solicitation will include four, one-year option periods, each with a 30-day carryover period as outlined below: Option 1 � August 1, 2025 � July 31, 2026 � Estimated annual requirement 876,000 USG Option 2 � August 1, 2026 � July 31, 2027 � Estimated annual requirement 876,000 USG Option 3 � August 1, 2027 � July 31, 2028 � Estimated annual requirement 876,000 USG Option 4 � August 1, 2028 � July 31, 2029 � Estimated annual requirement 876,000 USG Please see attached RFP and Attachments.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2af818b7a334fc48c3342532bf61e52/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07093816-F 20240613/240611230131 (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 |