California Bids > Bid Detail

Carbon Dioxide (CO2) China Lake, CA

Agency:
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159730406634667
Posted Date: Nov 30, 2023
Due Date: Dec 15, 2023
Source: https://sam.gov/opp/1bb40f6d8b...
Follow
Carbon Dioxide (CO2) China Lake, CA
Active
Contract Opportunity
Notice ID
SPE60124RXXX
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA ENERGY
Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 29, 2023 06:35 pm CST
  • Original Published Date: Nov 29, 2023 06:19 pm CST
  • Updated Response Date: Dec 15, 2023 03:00 pm CST
  • Original Response Date: Dec 28, 2023 03:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 01, 2024
  • Original Inactive Date: Mar 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9135 - LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    CA
    USA
Description

INTRODUCTION:



This is a Sources Sought notice issued by the Defense Logistics Agency (DLA) Energy-FEM - San Antonio, Texas. This is NOT a solicitation for proposals. No awards will be made from the responses to this announcement. However, responses may be used to determine the appropriate acquisition strategy for a potential future procurement.



SCOPE OF REQUIREMENTS:



The Contractor shall provide all product, materials, supplies, management, tools, equipment, transportation and labor necessary for the delivery of requested product.



PRODUCT:



CO2 (NSN 6830-01-650-4710), Grade H, shall meet the requirements of the most current version of CGA-G-6.2-2011.



A copy of the Certificate of Analysis shall accompany each shipment.



In addition to the reports required elsewhere within this contract, one copy of a Certificate of Analysis for each sample required by the specification shall be submitted as an attachment to the applicable Wide Area Workflow (WAWF) Combo document or documented on the WAWF Statement of Quality tab.



Unit of issue for CO2 shall be LB (pound) for all documentation.



PRODUCT ORDERING:



The DLA Energy Contracting Officer shall issue Blanket Delivery Orders (DD Form 1155) for obligation of funds for shipments to be scheduled during that specific timeframe by the Delivery Scheduler. The individual shipments requested by the Delivery Scheduler will designate the specific quantity to be delivered at the customer location specified in the contract.



The Contractor shall provide DLA Energy a list of personnel available on a 24-hour a day basis to take orders from the Delivery Scheduler, as well as delivery information/status on the order. The list shall include full name, office phone number, cell number and email. DLA Energy shall be notified of changes in contact personnel, phone numbers and email addresses.



PRODUCT DELIVERY:



Product shall be delivered to and off-loaded into Government-owned storage tanks listed below.



Tanks:



43,000 Lbs tank



28,000 Lbs tanks



Delivery hours shall be Monday through Friday from 0700-1500 local-time, (Excluding holidays).



The contractor shall deliver to destination within seven business days after notification by the government. There is a potential for two emergency deliveries per year. Emergency deliveries shall be made within three business days after notification by the government.



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.



METHOD OF MEASUREMENT:



Quantity determination to be performed by use of a truck mounted calibrated flow meter.



HOT FILLS:



Occasionally, the Contractor may be required to perform a “Hot Fill” in order to cool-down and refill any Government-owned tank that has gone empty and is warm.



SECURITY REQUIREMENTS:



Delivery personnel shall be U.S. citizens. In addition, delivery personnel must possess a state or federally issued photo ID that displays the driver’s full name and date of birth. Deliveries to Military installations will require delivery personnel provide social security number and be subjected to background checks. Driver may also be required to provide proof of insurance and vehicle registration. Some locations will require delivery personnel be escorted while making deliveries. All delivery vehicles are subject to search by security personnel prior to accessing delivery location and while on each facility.



ANTICIPATED PERIOD OF PERFORMANCE: This potential requirement has a 60 Months period of performance and 1 six months extension option.



ANTICIPATED CONTRACT TYPE: Requirements type contract. The Government will not lock into a fixed quantity, but all LN and LOX needed to support these locations will be pulled under award of this contract/contracts.



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



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 needs for the DLA Customer



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 SAM, and if so, what is your company's cage code and Duns # If your company is not currently registered in SAM, would you be willing to register in the SAM system?



f. Confirmation that you have the ability to produce and deliver Carbon Dioixde (CO2)



SUBMISSION INSTRUCTIONS: All capability statements sent in response to this Sources Sought notice should be submitted to Contracting Officer Jessica Negron, at Jessica.Negron@dla.mil. All responses must be received by 28 December 2023.



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 Federal Business Opportunities. 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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • BLDG 5730 1525 WURTSMITH STREET
  • JBSA LACKLAND , TX 78236
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >