Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
DOCUMENT

91 -- 91 Request for Information Automotive Gasoline (EN228) - EN228 Specification

Notice Date
9/12/2008
 
Notice Type
EN228 Specification
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222
 
ZIP Code
22060-6222
 
Solicitation Number
DESCBCARFI0001
 
Response Due
10/14/2008
 
Point of Contact
Janet L Crump,, Phone: 703-767-9252, Ronald Branch,, Phone: (703) 767-8411
 
E-Mail Address
janet.crump@dla.mil, Ronald.Branch@dla.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide product conforming to European Specification prEN228 and contains requirements of Low Sulfur Unleaded Gasoline for use in automotive engines in accordance with I.D.F. Specification no: 7-46025024-90/13E dated January 2008. A copy of the specification is attached.. The estimated yearly requirement is 13,500,000 gallons, shipped in approximately 2 equal shipments. Product is required in support of a Foreign Military Sales program. PROCESS This request is to gather information from interested parties and is deemed an essential step in determining contract terms and conditions for the manufacture and supply of gasoline automotive (EN228) which meets the attached specification. The maximum sulphur content shall be 10 ppm. No exceptions to the sulphur content will be permitted. Interested parties must meet the following conditions: 1. The fuel shall be transferred from the refinery to the seashore storage facilities, and to the ocean tanker, by pipeline intended for carrying unleaded motor gasoline only. If such a pipeline is unavailable, the intended pipeline shall be emptied and flushed with unleaded motor gasoline before transferring the cargo through it. Note 1: The transfer of ownership of the product will occur at the flange, i.e,. the connection of shoreline to vessel. The U.S. Government is responsible for acceptance of the product. Any quality disputes will be decided by a composite sample at dock header to determine source of contamination. 2. The refinery must provide what is considered a safe berth in a safe load port. The port must be accessible to commercial vessels, i.e., not limited to military vessels. The load port and berth must allow for direct loading of the product by dedicated pipeline. The Foreign Military Sales/Ministry of Defense (FMS/MOD) is not willing to accept a loading procedure that relies on transfer via barge. 3. The Contractor shall submit to the FMS/MOD representative a typical full laboratory analysis for its product prior to the first shipment as early as possible (45 working days at least). 4. The U.S. Government representative is responsible for quality assurance of the product and shall be the contractor’s sole point of contact. The FMS/MOD representative is restricted to an observer status and may accompany the U.S. Government representative in the course of his duties. In the event there is a dispute between the U.S. Government representative and the FMS/MOD representative with regard to test results, the determination of the U.S. Government representative shall govern. 5. The U.S. Government representative shall inspect and approve the ocean tanker before its loading. The fuel shall not be transferred onto the ocean tanker without approval by the U.S. Government representative. 6. Quality control procedures for each shipment of fuel furnished under this document shall be monitored by a U.S. Government representative accompanied by a FMS/MOD representative. 7. Quality control procedures for each shipment of fuel furnished under this document shall be in accordance with standard DESC procedures as provided in Clause E1 CONTRACTOR INSPECTION RESPONSIBILITIES (latest revision), including ocean tanker cleanliness approval as specified in Note 8 below. 8. Prior to loading diesel gas-oil, jet fuel or mogas on the ocean tanker, the ship’s cargo cells shall be clean in accordance with standard U.S. Department of Defense Requirements for sea shipment of diesel gas-oil, jet fuel and unleaded motor gasoline, as set forth in MIL-HDBK-29 (SH), “Cargo Tank Cleaning.” The exact cleaning method shall be determined by the last cargo carried by the ocean tanker. Ocean tanker cleanliness approval shall be conducted by a QR by entering each cargo cell of the ocean tanker after it has been cleaned in accordance with standard U.S. Department of Defense Requirements for sea shipment of all products as set forth in MIL-HDBK-291 (SH), “Cargo Tank Cleaning.” 9. Results of all quality control test performed by the refinery before and after the transfer of the fuel to seashore storage tanks and during and after the loading of the ocean tanker, shall be made available to the FMS/MOD mission within 48 hours after the cargo has been released. A copy of all laboratory test results shall be sent via fax to IDF/POL & Devises Field, fax number (972) 3-7376170. 10. The U.S. Government shall perform the same tanker inspection on furnished vessels as it performs on Military Sealift Command (MSC) tankers under Defense Energy Support Center FOB origin contracts. In the event the FMS/MOD representative chooses to witness the inspection, and there is a dispute between the U.S. Government representative and the FMS/MOD representative as to the suitability of the tanker to load the cargo, the determination of the U.S. Government representative shall govern. There shall be no liability accruing to DESC, the Defense Logistics Agency, the Defense Contract Management Command, the Department of Defense, the United States of America, or their officers, employees, agents, successors and assigns, as a result of the inspection including, but not limited to, liability arising from any action or omission of the U.S. Government representative to performing the inspection. 11. The maximum vessel draft will be 40 feet at summer load line for a safety allowance. 12. Load port must be capable of handling vessel lengths (LOA) up to 619 feet and 9 inches and be accessible for commercial vessels. 13. Deliveries are to be made FOB origin from a port to be determined at the time of contract award. 14. The ocean tanker shall be able to transport different kinds of petroleum fuels (jet fuel, diesel gas-oil) at the same time, without any risk of fuel mixtures at time of transportation, loading and unloading of the fuels. 15. The contractor shall provide the QAR (DESC representative) with adequate facilities and professional personnel necessary to perform testing and sampling procedures, at its own expense. 16. At the time of inspection, the fuel in each sea shore storage tank shall conform to the requirements of the required specification. Each shipment of fuel furnished under this specification shall be inspected by a U.S. Government representative accompanied by a FMS/MOD representative. 17. The fuel furnished under this specification shall be supplied within one () month of its manufacture. 18. Offers from the U.S. Possessions of Puerto Rico and the Virgin Islands will be accepted. 19. Please provide some basic information about your existing or proposed facilities: a. location of facility. b. size in barrels per day. c. company point(s) of contact, address, telephone number, e-mail address. d. size and status of company (i.e., small business, HUBZone business, etc.). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information, and exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses if the information is confidential. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fad4cc532b1f674fc663a01b0137e691&tab=core&_cview=1)
 
Document(s)
EN228 Specification
 
File Name: EN228 specification (4 pages) (EN228 Spec.pdf)
Link: https://www.fbo.gov//utils/view?id=04da426851605267fbe3d78d19c13d44
Bytes: 925.26 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Address: THIS IS A REQUEST FOR INFORMATION ONLY. 8725 JOHN J. KINGMAN ROAD, FORT BELVOIR, VA 22060-6222, FORT BELVOIR, Virginia, 22060-6222, United States
Zip Code: 22060-6222
 
Record
SN01669354-W 20080914/080912223243-fad4cc532b1f674fc663a01b0137e691 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.