Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2013 FBO #4368
SOLICITATION NOTICE

91 -- Liquid Helium in DEWARS, Type II, Grade A - Package #1

Notice Date
11/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy - Missile Fuels, 1014 Billy Mitchell Blvd, San Antonio, Texas, 78226, United States
 
ZIP Code
78226
 
Solicitation Number
SPE601-14-R-0302
 
Point of Contact
Keith M. Harvey, Phone: 210-925-1966, Maria R Ng, Phone: 210 925-6845
 
E-Mail Address
keith.m.harvey@dla.mil, maria.ng@dla.mil
(keith.m.harvey@dla.mil, maria.ng@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor Past Performance Data Sheet H-14 Transport Delay Certificate Subcontracting Plan for fill in Mil Spec MIL-PRF-27407C Statement of Objectives / Work Aerospace Clauses Fillable Schedule with customer locations for fill in Request For Proposal The Government is hereby issuing an unrestricted procurement for the delivery of Liquid Helium, Type II, Grade A, IAW MIL-PRF-27407C, 29 Nov 2006, NSN: 9135-00-142-9362, delivered on an f.o.b destination basis in Contractor-owned DEWARS to various CONUS DOD, University, and commercial program customers. The contract ordering period will be two years from 1 January 2014 - 31 December 2015. The total estimated contract quantity for BLM and Non-BLM Liquid Helium is as follows: Contract Year 1: BLM 60,000 Liters (LI) / Non-BLM 15,350 LI, Year 2: BLM 12,000 LI / Non-BLM 3,520 LI. The "Non-BLM" CLINs (0033 - 0064) are being issued as an unrestricted competitive procurement, for the "BLM" CLINs (0001 - 0032), they are being issued as an other than full and open competitive procurement under authority of FAR 6.302-5, Authorized or Required by Statute. Multiple Fixed Price with Economic Price Adjustment (EPA) Requirements Type contract(s) may be awarded for this procurement using Federal Acquisition Regulation (FAR) Part 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS procedures. Award will be made to the offeror(s) determined to be the Best Value to the Government, price and other factors considered, using the Best Value Source Selection Process. Specifically, the Lowest Priced Technically Acceptable Source Selection Process will be utilized in accordance with FAR 15.101-2. The Following have been attached to this notice: (1) RFP (Must fill out applicable Clauses and sign 1449) (2) Schedule of CLINs and Customer Locations (in excel for offerors to fill in) (3) Statement of Objectives / Statement of Work (4) Mil Spec (5) Aerospace Clauses (Must fillin applicable Clauses) (6) Subcontracting Plan for fillin (Offeror can submit an approved Subcontracting Plan for FY14) (7) H-14 Transportation Delay Certificate (8) Past Performance Data Sheet All interested offerors should submit their completed offer to Keith Harvey, Contracting Officer, at Keith.M.Harvey@dla.mil or 210-925-1966 for additional information. Mail requests to DLA Energy, ATTN: Keith Harvey/DLA Energy-FEM, 1014 Billy Mitchell Blvd., Bldg 1621, San Antonio, TX 78226-1859. All responsible sources may submit a proposal, which will be considered by the agency. If you intend to submit an offer, you are required to complete, sign and return the entire solicitation package. All potential offers should contact the contract specialist identified above for additional information and/or to communicate concerns. For questions regarding Small Business or Small Disadvantaged Business Affairs, contact Mr. Greg Thevenin of the DLA Energy Small Business Office at 1-800-523-2601 or 703-767-9521.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC-MK/SPE601-14-R-0302/listing.html)
 
Place of Performance
Address: f.o.b. Destination to Various CONUS DoD, University, and Commercial Program locations., United States
 
Record
SN03230115-W 20131109/131107234107-4c17da34ed700c193ca503cad1a2be01 (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.