Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
MODIFICATION

X -- Jet A Storage Services US Southwest

Notice Date
5/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-11-R-0522
 
Point of Contact
Steve C. Hull, Phone: 703-767-9352, Alicia C. Williams, Phone: 703-767-9340
 
E-Mail Address
steve.hull@dla.mil, alicia.williams@dla.mil
(steve.hull@dla.mil, alicia.williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Request for Information (RFI) only. This Sources Sought synopsis is not a request for proposals (RFP), and is not to be construed as a commitment by the government to issue a solicitation or ultimately award a contract. This is for planning and market research purposes only and shall not be considered as an obligation on the part of the Government to acquire any products or services. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. No proprietary data should be submitted in response to the synopsis. Any submissions will be considered to be public information. Responses will not be returned. The Defense Logistics Agency (DLA) Energy, Storage Contract Division, Bulk Petroleum Business Unit - BYB seeks to identify responsible potential sources and obtain information regarding possible vendors who can provide the necessary facilities and services to receive, store, and ship U. S. Government-owned petroleum products, specifically commercial grade JP8 and or Jet-A (ASTM-D-1655), in the U.S. Southwest area from western New Mexico to southeastern California to include Arizona and southern Nevada. All interested parties/vendors with the capability to provide the following services should respond: A. Product: JP8 and or Jet- A/ Commercial specification ASTM-D-1655. B. Storage Requirement: 50,000 to 75,000 BBLS (pumpable, not shell capacity)/ Comingled Storage for Jet-A only will be acceptable. Identify when barrel capacity is available - timeframes. This is a multi-year storage capacity requirement 1. Comingled Storage: In the past DLA-Energy required segregated storage for all military specification (MILSPEC) kerosene. As DLA Energy transitioned further into the current Jet-A initiative converting more locations from JP8 to Jet-A; DLA Energy is willing to allow comingled commercial Jet-A storage. C. Area of Consideration: Open to all terminals from western New Mexico to southeastern California to include southern Nevada, which meets the specified shipping and receiving requirements. D. Estimated Annual Throughput: 1,617,928 BBLS via pipeline; 95,294 via tank truck (revised May 19, 2011) E. Shipping and Receiving Capability: Pipeline and Tank Truck 1. Pipeline Minimum Capability: 5,000 BBLs/ Maximum: 10,000 BBLs / Minimum timeframe five (5) days. The vendor shall be capable of shipping and receiving via a contractor furnished pipeline system and a vendor furnished pipeline connection; on a 24 hour per day, seven-day per week basis at flow rates compatible with the transportation mode. 2. Tank Truck: Vendor tank truck loading and shipping capability shall be capable of shipping JP8 and or Jet-A on an 8:00a.m to 4:00p.m basis; five days a week. F. Additive Injection: The vendor shall be capable of providing a separate injection system for the injection of each Government furnished additive (i.e., Fuel System Icing Inhibitor (FSII), Static Dissipater Additive (SDA), and Corrosion Inhibitor (CI). G. Quality: The vendor must provide applicable laboratory facility information for DLA-Energy Quality to ensure the applicable testing services are adequate to support DLA-Energy requirements. H. Non-Binding Cost Estimate: If possible, the vendor is requested to provide a non-binding price per barrel cost estimate. Submissions responding to this request should provide sufficient information addressing items A through H. Submissions may be sent to Steve Hull via email at bidcustodian@dla.mil by COB June 6, 2011. For questions, please contact: Steve Hull, (703) 767-9352 email: steve.hull@dla.mil or, Alicia Williams, (703) 767-9340, Alicia.williams@dla.mil Shedric Crump, (703) 767-9347, Shedric.crump@dla.mil Please reply by time stated above if your company is able to provide these services. Contracting Office Address: 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6222 Point of Contact(s): Steve Hull, (703) 767-9352
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-11-R-0522/listing.html)
 
Place of Performance
Address: Southwestern US, United States
 
Record
SN02452839-W 20110521/110519235148-7feeba6f4735329f48b0349f3dedce45 (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.