Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOURCES SOUGHT

99 -- FUEL OPERATIONS SUPPORT, CHARLESTON, SC

Notice Date
12/12/2024 7:19:26 AM
 
Notice Type
Sources Sought
 
NAICS
48691 —
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-25-R-5X11
 
Response Due
1/6/2025 12:00:00 PM
 
Archive Date
01/21/2025
 
Point of Contact
Rachel Dudley, Phone: 703-453-7573, Vickie Davis, Phone: 8044890675
 
E-Mail Address
rachel.dudley@dla.mil, vickie.davis@dla.mil
(rachel.dudley@dla.mil, vickie.davis@dla.mil)
 
Description
REQUEST FOR INFORMATION SPE603-25-R-5X11 FUEL OPERATIONS SUPPORT IN CHARLESTON, SOUTH CAROLINA DLA Energy is seeking information on industry capabilities/interest/potential sources for the Receipt, Storage, and Issue 265,000 barrels of Aviation Turbine Fuel (fill capacity), in Charleston, South Carolina. This announcement constitutes a Request for Information (RFI) only; there is no solicitation at this time. The Government is neither negotiating nor calling for offers at this time. This announcement is an expression of interest only and does not commit the Government to pay for any response preparation cost. The Government will not make an award on the basis of this RFI. CONCEPT OF OPERATIONS: Fuel operations would primarily consist of Receipt, Storage, Protect and Ship U.S. Government-owned Jet-A. All storage capacities and capabilities must be available and operational under a single deep water storage terminal facility. AREA OF CONSIDERATION: Cooper River, Charleston South Carolina ESTIMATED ANNUAL THROUGHPUT: 1,340,000 barrels CAPABILITIES SOUGHT: a. Facilities capable of receiving: U.S. Government-owned petroleum products via tanker/barge on a 24 hours per day, seven days per week basis at pumping rates compatible with the mode of transportation tendered, a minimum of 2,000 barrels per hour for barges and 8,000 barrels per hour for tankers. Deep-water tanker/barge berth and access to the open sea. Alternate receipt into seaport tankage via tank car. b. Facilities capable of shipping: U.S. Government-owned petroleum products via tanker/barge on a 24 hours per day, 7 days per week basis, at pumping rates compatible with the mode of transportation tendered (minimum 2,000 barrels for barges and 8,000 barrels per hour for tankers). Also, the ability to issue by pipeline DFSP Charleston (Tap into the existing pipeline). c. Dock Berthing and Mooring Facilities: Facilities capable of receiving and berthing tanker/barge not to exceed 58,746 dead-weight tonnage (DWT), 625 feet length overall (LOA), beam of 105.6 feet, with a minimum draft of 45 feet at the dock. The facilities should be equipped with a turning dolphin capable of accommodating the lateral forces induced when turning a vessel. Provide a detailed description of any port restriction/requirement and harbor, or other fees, along with height restrictions from ships manifold to the waterline during loading. d. Ability to simultaneously issue to two (2) Medium Range Tanker�s, T-AO�s, T-AKE�s and/or barges. Barges are used to fill and support offshore moored vessels. e. Lighting: The facility must be equipped with illumination to allow receipt and shipping operations during the hours of darkness. f. Storage of Aviation Turbine Fuel, Grade Jet-A totaling 265,000 barrels g. All product must be held at a single location. h. If the total storage capacity cannot be met, provide the capacity that can be supported. Submissions should be sent to Rachel Dudley at Rachel.Dudley@dla.mil no later than 3:00 P.M. local Fort Belvoir, VA time on January 6, 2024. Please direct any questions concerning this RFI to Contract Specialist, Rachel Dudley at Rachel Dudley or 703-453-7573, Vickie Davis at Vickie.Davis@dla.mil, and/or Contracting Officer, Yalier Fuster at Yalier.Fuster@dla.mil or 804-912-0930. Interested firms must include in their submission, the RFI number SPE603-25-R-5X11 in the subject line of their emails. The following information is requested: 1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, business size, and a statement regarding current business status. 2. Capability Statement. Provide a brief explanation of your firm's capabilities to provide Contractor-Owned, Contractor-Operated Fuel Storage Facilities, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, account for petroleum products, maintain the associated fuel facilities and to provide qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar fuels management requirements? If so, please provide the following information: 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 provided as they relate to COCO fuels management. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Location: Please provide the location/address of your facility.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1cce5350c1b48cb890f9e853881275e/view)
 
Place of Performance
Address: Hanahan, SC 29410, USA
Zip Code: 29410
Country: USA
 
Record
SN07291033-F 20241214/241212230122 (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.