SOURCES SOUGHT
68 -- LN2 and ABO for Pacific AOR
- Notice Date
- 4/29/2025 5:18:12 AM
- Notice Type
- Sources Sought
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE60125R03(XX)
- Response Due
- 5/13/2025 1:00:00 PM
- Archive Date
- 05/28/2025
- Point of Contact
- Nelson Vega Beltran, Phone: 7262174657, Jessica Negron, Phone: 2107804964
- E-Mail Address
-
nelson.vega@dla.mil, jessica.negron@dla.mil
(nelson.vega@dla.mil, jessica.negron@dla.mil)
- Description
- Request for Information Aviator�s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) Various Locations in the Pacific 29 April 2025 INTRODUCTION: This is a Sources Sought notice issued by the Defense Logistics Agency (DLA) Energy-FEM - San Antonio, Texas. This is NOT a solicitation for proposals. No awards will be made from the responses to this announcement. However, responses may be used to determine the appropriate acquisition strategy for a potential future procurement. This notice is issued by DLA Energy is to identify potential sources and solicit industry to express their capability and interest to provide all Aviator�s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2), personnel, materials, supplies, management, engineering, tools, equipment, services, and labor necessary for accomplishing these requirements. SCOPE OF REQUIREMENTS: The Contractor shall provide all materials, supplies, product, management, tools, equipment, labor, and transportation necessary to deliver product f.o.b. destination into Contractor-owned/Government-owned tanks to the following locations within the Pacific AOR: Hickam AFB, MCBH Kaneohe Bay, PHNSY Hawaii, Andersen AFB, Naval Base Guam, Kadena AB, Camp Foster, MCAS Iwakuni, BHC Iwakuni, Yokota AB, Yokota AB Hospital, NAF Atsugi, NMRTC Yokosuka Hospital, Misawa AB, Daegu AB, Gimhae AB, Gwang Ju AB, Kunsan AB, Osan AB and Suwon AB. PRODUCT: Aviator Breathing Oxygen, ABO (NSN 6830-01-644-2463) shall meet the requirements of the most current version of MIL-PRF-27210J. Liquid Nitrogen, LN2 (6830-01-644-2557) shall meet the requirements of the most current version of CID A-A-59503D. In addition to the reports required elsewhere within this contract, one copy of a Certificate of Analysis for each sample required by the specification shall be submitted as an attachment to the applicable Wide Area Workflow (WAWF) Combo document or documented on the WAWF Statement of Quality tab. Unit of issue for LN2 and ABO is UG6 for all documentation. PRODUCT ORDERING: DLA Energy shall issue Blanket Delivery Orders (DD Form 1155) for obligation of funds for shipments to be scheduled during that specific timeframe by the Delivery Scheduler. The individual shipments requested by the Delivery Scheduler will designate the specific quantity to be delivered at the customer location specified in the contract. The Contractor shall provide DLA Energy a list of personnel available on a 24-hour a day basis to take orders from the Delivery Scheduler, as well as delivery information/status on the order. The list shall include full name, office phone number, cell number and email. DLA Energy shall be notified of changes in contact personnel, phone numbers and email addresses. INSPECTION AND ACCEPTANCE: Inspection for quality shall be performed at origin. Quantity determination and acceptance shall be at destination. Contractor shall obtain customer signature for delivery at each location for acceptance of quantity. METHOD OF MEASUREMENT: Quantity determination to be performed by use of a truck mounted calibrated flow meter. HOT FILLS: Occasionally, the Contractor may be required to perform a �Hot Fill� in order to cool-down and refill any Government-owned tank that has gone empty and is warm. SECURITY REQUIREMENTS: Delivery personnel must possess a state or federally issued photo ID that displays the driver�s full name and date of birth. Deliveries to Military installations will require delivery personnel provide social security number and be subjected to background checks. Driver may also be required to provide proof of insurance and vehicle registration. Certain locations will require ID to be provided three days in advance for security screening. Some locations will require delivery personnel be escorted while making deliveries. All delivery vehicles are subject to search by security personnel prior to accessing delivery location and while on each facility. CAPABILITY STATEMENT: Interested qualified organizations should submit a capability statement for this requirement addressing the areas below. Statements should include an indication of current business size and a list of available ancillary services available as well as any technical information believed to be useful to the Government. The capability statement at a minimum shall address the potential vendor�s ability of the following: a. Capability to fully meet the specification b. Capability to perform all the sampling/testing requirements listed in the specifications c. Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed. d. Statement of ability to meet needs for the DLA Customer e. Capability for a potential Federal Government Contract, your company must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1. Is your company registered SAM, and if so, what is your company's cage code and Duns # If your company is not currently registered in SAM, would you be willing to register in the SAM system? f. Confirmation that you have the ability to produce and deliver Liquid Nitrogen (LN2) and Aviator Breathing Oxygen (ABO). SUBMISSION INSTRUCTIONS: The Government intends to award a Firm Fixed-Price Type Requirements Contract with a five-year (5) period of performance of 1 April 2026 through 31 March 2031 using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures. Subject solicitation will be issued on or about June 2025. Offerors must be able to provide the Liquid Nitrogen and Aviator Breathing Oxygen product in support to the DLA Energy customer, but this requirement will be competed amongst all suppliers who can offer these products. As stated under Federal Acquisition Regulation (FAR) 6.302-1(b)(1)(i), statutory authority for this contracting action is 41 U.S.C.�3304(a)(1). The head of an agency may use procedures other than competitive procedures when there is a reasonable basis to conclude that the agency�s minimum needs can be satisfied by only one supplier with unique capabilities to meet the entire requirement. For additional information and/or to communicate concerns, please contact Nelson Vega, Contracting Specialist at Nelson.Vega@dla.mil and Jessica Negron, Contracting Officer at Jessica.Negron@dla.mil. For questions regarding Small Business or Small Disadvantage Business affairs, contact DLA Small Business Office at 571-767-9400. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in the Government Point of Entry (GPE). Respondents will be added to the prospective offerors list for any subsequent solicitation. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No classified, confidential, or sensitive information should be included in your response. All proprietary information should be marked as such.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e12a5be6c5d4cf7842d36e164fc018f/view)
- Record
- SN07425471-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |