Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOURCES SOUGHT

91 -- Sources Sought for Low Sulfur Gasoline - Appendix A Spec for Unleaded Gasoline - Appendix B - Appendix C, Seasonal Properties

Notice Date
4/14/2010
 
Notice Type
Sources Sought
 
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
DESCBCARFI0002
 
Point of Contact
Janet L Crump, Phone: 703-767-9252
 
E-Mail Address
janet.crump@dla.mil
(janet.crump@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix C, Seasonal Properties Appendix B, Example of an Intermediate Grade Gasoline Specification for Unleaded Gasoline 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 and “intermediate grade gasoline” which complies with most of the Israeli standard requirements and would be “fixed” at an Israeli refinery in order to comply with all the requirements. Appendix A contains the latest version of the I.D.F. technical specification for unleaded gasoline. The specification is used year-round. Appendix B is an example of an “intermediate grade gasoline”. Other proposals will be considered. Appendix C contains the original requirements for seasonal properties which are acceptable. The proposed product shall be the closest to the Israeli specification as possible; requiring only the simplest process/blending at an Israeli refinery. For example, adding MTBE at the lowest possible concentration. The proposed product shall fully comply with all the specification requirements that could not be fixed, such as the sulfur content. Deviations from the specification will only be approved for properties such as the octane number, RVP, etc. The estimated yearly requirement is 13,500,000 gallons, shipped in approximately two equal shipments. However, these quantities could changed based on the needs of the end user. For example, in lieu of two equal shipments, one shipment could consist of 4,000,000 gallons and the next shipment 9,500,000 gallons. Potential offerors should state the minimum parcel size in the response. 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 low sulfur unleaded motor gasoline. The maximum sulfur content shall be 10 ppm. No exceptions to the sulfur 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 fuel furnished shall be supplied within one month of its manufacture. 3. 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. A loading procedure that relies on transfer via barge will not be accepted. 4. The chosen Contractor shall submit to the Defense Energy Support Center a typical full laboratory analysis for its product prior to the first shipment as early as possible (45 working days at least). This analysis will be forwarded to the end user for review. 5. Quality control procedures for each shipment of fuel furnished under this document shall be monitored by a U.S. Government representative accompanied by a representative from the Israeli Government. 6. The U.S. Government representative is responsible for quality assurance of the product and shall be the contractor’s sole point of contact. The Israeli 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 Israeli representative with regard to test results, the determination of the U.S. Government representative shall govern. 7. 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. 8. 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 9 below. 9. Prior to loading the unleaded motor gasoline on the Ocean Tanker, the ship’s cargo cells shall be cleaned in accordance with standard U.S. Department of Defense Requirements for sea shipment of unleaded motor gasoline, as set forth in MIL-HDBK-291 (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.” 10. 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 DESC within 48 hours after the cargo has been released. A copy of all laboratory test results shall be sent via fax, to fax number (703) 767-9269. 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 and unleaded mogas) 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 an Israeli representative. 17. Offers from the U.S. East and Gulf coasts areas are acceptable. Offers from the U.S. Possessions of Puerto Rico and the Virgin Islands will also be accepted. 18. Please provide some basic information about your existing or proposed facilities: a. Location, map coordinates, cargo capacity, beams, vessel length overall (LOA), draft, facility restrictions/capacities, height restrictions from sea level to manifold connection, distance from vessel rail to manifold, vessel dead weight tonnage, ballast capacity, berthing and loading hours, pumping rate, vessel vetting criteria and port loading restrictions. 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 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. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responders are solely responsible for all expenses associated with responding to this RFI. CONTACT INFORMATION Janet Crump, Contract Specialist, Phone 703-767-9252, Email janet.crump@dla.mil Linda R. Coleman, Contracting Officer, Phone 703-767-9261, Email linda.coleman@dla.mil HOW TO RESPOND Please submit comments no later than May 19, 2010. Responses may be submitted by e-mail to the contacts above or by facsimile to (703) 767-9269. Preferred method of submission is via email..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/DESCBCARFI0002/listing.html)
 
Place of Performance
Address: Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6221, United States
Zip Code: 22060-6221
 
Record
SN02122112-W 20100416/100414235427-2e0f8163c549305ca77d61a83f794d2f (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  © 1994-2020, Loren Data Corp.