SOURCES SOUGHT
M -- FUEL SERVICE AND OPERATIONS SUPPORT IN REPUBLIC OF SOUTH KOREA
- Notice Date
- 1/17/2025 11:26:20 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-25-R-5X18
- Response Due
- 2/3/2025 12:00:00 PM
- Archive Date
- 02/18/2025
- Point of Contact
- Chris Kidwell, Phone: 5717678727, Careka Squire, Phone: 5717676680
- E-Mail Address
-
christopher.kidwell@dla.mil, careka.squire@dla.mil
(christopher.kidwell@dla.mil, careka.squire@dla.mil)
- Description
- REQUEST FOR INFORMATION SPE603-25-R-5X18 FUEL SERVICE AND OPERATIONS SUPPORT IN REPUBLIC OF SOUTH KOREA Defense Logistics Agency Energy is seeking information on industry capabilities/interest/potential sources for the Receipt, Storage, and Issue of 500,000 barrels of Aviation Turbine Fuel, Grade Jet A1 in South Korea. 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 SERVICE AND OPERATIONS: Fuel services and operations would primarily consist of Receipt, Storage, Protect and Ship U.S. Government-owned Jet A1. All storage capacities and capabilities must be available and operational under a single deep water storage terminal facility. AREA OF CONSIDERATION: Republic of South Korea ESTIMATED ANNUAL THROUGHPUT: 150,000 barrels of total throughput, for each 12-month contract period 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 road tanker truck. 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, possess the ability to issue to road tanker trucks and South-North Pipeline to Seongnam. c. Dock Berthing and Mooring Facilities: Facilities capable of receiving and berthing tanker/barge not to exceed 46,000 dead-weight tonnage (DWT), 625 feet length overall (LOA), beam of 100 feet, with a minimum draft of 42 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 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 hours of darkness. f. All product must be held at a single location. g. If the total storage capacity cannot be met, provide the capacity that can be supported. Submissions should be sent to Mr. Chris Kidwell at Christopher.Kidwell@dla.mil NLT 3:00 P.M. local Fort Belvoir, VA time on Monday, February 3, 2025. Please direct any questions concerning this RFI to Contract Specialist, Mr. Chris Kidwell at Christopher.Kidwell@dla.mil or 571-767-8727, and/or Contracting Officer, Careka Squire at Careka.Squire@dla.mil or 571-767-6680. Interested firms must include in their submission, the RFI number SPE603-25-R-5X18 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/72f2eab76e18479d9b3220c68fab5425/view)
- Place of Performance
- Address: KOR
- Country: KOR
- Country: KOR
- Record
- SN07317008-F 20250119/250117230106 (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 |