SOLICITATION NOTICE
H -- Fuel Laboratory testing services in the US territory of Guam
- Notice Date
- 12/12/2024 8:17:47 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-25-R-5X12
- Response Due
- 1/6/2025 12:00:00 PM
- Archive Date
- 01/21/2025
- Point of Contact
- Richard Phelps, Phone: (717) 753-1551, Alex Cano, Phone: 5715856853
- E-Mail Address
-
richard.phelps@dla.mil, alexandro.cano@dla.mil
(richard.phelps@dla.mil, alexandro.cano@dla.mil)
- Description
- This Defense Logistics Agency (DLA) Energy-FESDB will issue a solicitation to acquire laboratory testing services located within the U.S. Territory Guam. The following are products, which are utilized by DLA Energy and its customers that may require testing, at the contractor�s facility, per the requirements set by DLA Energy. Jet Fuels: Aviation Turbine Fuel, Grade JET A (Specification: ASTM D1655 latest version) and JET A-1, NATO F-35 (DEF Stan 91-091 latest version) Turbine Fuel, Aviation, Kerosene Types, NATO F-34 (JP8) (Specification: MIL-DTL-83133 latest version) Turbine Fuel, Aviation, Grade JP5 NATO F-44 (Specification: MIL-DTL-5624 latest version) Fuel, Navy Distillate NATO F-76 (Specification: MIL-DTL-16884 latest version) Inhibitor, Fuel System Icing, High Flash (FSII) (Specification: MIL-DTL-85470 latest version) Marine Residual Fuel Oil Grade (RME-180/380) (Specification: ISO 8217 latest version) Lubrication Oil, Steam Turbine and Gear (LTL) MIL Symbol 2190 (Specification: MIL-PRF-17331 latest version) Lubrication Oil, (LO6), MIL Symbol 9250, Shipboard Internal Combustion, High Output Diesel (Specification: MIL-PRF-9000 latest version) Diesel Fuel Oil (NATO F54) Series Testing Requirements for Specifications ASTM D975, EN 590, latest version The contractor shall be ISO 9001 and/or ISO/IEC 17025 certified. All testing shall be performed in accordance with approved DLA Energy test methods listed in MIL-STD-3004-1. The contractor shall perform testing in accordance with specific turnaround times. If multiple locations are proposed, each facility must be capable of performing all tests in accordance with the Government�s specifications. The performance period is for a two (2) year base period from March 1, 2025 �February 28, 2027, two (2) two-year option period of March 1, 2027 � February 28, 2029 and a 6-month option from March 1, 2029 � August 30, 2029) to extend. The Solicitation will be issued on or about January 2025, and the Solicitation closing date will be on or about February 2025. This procurement will be a full and open competition. The solicitation will be published electronically on the Federal Business Opportunities website at www.sam.gov. This is not an RFP, a promise to issue an RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2fa469ed372f4aa58b4243af2c8e0d28/view)
- Place of Performance
- Address: GU, USA
- Country: USA
- Country: USA
- Record
- SN07289765-F 20241214/241212230110 (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 |