Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

H -- CONUS (Domestic) Commercial Laboratory Testing Services

Notice Date
9/10/2019
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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
SPE60319R5X16
 
Archive Date
10/2/2019
 
Point of Contact
Connie J. Song, Phone: 5717672395, Nakia G. Shaw, Phone: 5717677449
 
E-Mail Address
connie.song@dla.mil, nakia.shaw@dla.mil
(connie.song@dla.mil, nakia.shaw@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice only. It seeks information from potential sources and to obtain information regarding possible suppliers who can provide FAME testing services for government owned petroleum fuels per ASTM D7797, IP583 and ASTM D7963 methods. The FAME testing requirement will cover the United States, Midwest region. The government will provide the FAME testing equipment as government furnished equipment. Due to mission demands DLA Energy Contracting Officer, Contracting Officer Representative (COR) or the Quality Assurance Representative (QAR) may request special petroleum sampling, handling and testing for distinguished visitors. DLA Energy will provide the Contractor with as much advance notice as possible as the turn-around time shall not exceed 8 hours. Specifics shall be given as guidance if a requirement is requested. No solicitation is currently being issued and the amount of information available at this time is limited. All responsible sources may submit a capability statement in response to this notice. Any capability statements received by the closing date will be considered by the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement. This determination will be based upon the responses to this notice and is solely within the discretion of the Government. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. This is not a Request for Proposal (RFP), a promise to issue a RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract. The period of performance is estimated to begin on November 1, 2019 through April 14, 2021. The closing date for the receipt of responses is 1:00 p.m., September 17, 2019. Capability statements shall be submitted electronically to connie.song@dla.mil in the following format: Submissions should not exceed five - 8.5 x 11 inch pages. The point of contact for this notice is Connie Song and Nakia Shaw. Email: connie.song@dla.mil, nakia.shaw@dla.mil Interested companies should address the following in their capability statements: 1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) - formerly known as Wide Area Workflow eBusiness Suite (WAWF) - are required of DLA Energy contractors. 2. Capability to provide qualified and experienced personnel, with appropriate clearances, if required. 3. Capability to provide the services requested and/or in the region requested in this RFI, i.e. facility and/or equipment. 4. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for fuel testing services? If so, please provide the following: Contract number, name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to fuel testing services. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems and resolutions taken. 5. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work and type(s) of service you would perform. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain the requirements under this sources sought? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60319R5X16/listing.html)
 
Place of Performance
Address: Midwest Region, United States
 
Record
SN05438545-W 20190912/190910231157-b6da8316c5cc4bc89105f01c2967c33b (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.