Virginia Bids > Bid Detail

Liquid Argon & Liquid Carbon Dioxide - Norfolk NSY, VA

Agency:
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159692619239556
Posted Date: Dec 14, 2023
Due Date: Jan 16, 2024
Source: https://sam.gov/opp/2447d03ffb...
Follow
Liquid Argon & Liquid Carbon Dioxide - Norfolk NSY, VA
Active
Contract Opportunity
Notice ID
SPE60124R0302
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA ENERGY
Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 14, 2023 01:58 pm CST
  • Original Date Offers Due: Jan 16, 2024 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9135 - LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Norfolk , VA
    USA
Description

NOTICE TO OFFERORS:



1. The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DOD) Integrated. Material Manager (IMM) for Aerospace Energy products and related services has a 60-month requirement for the delivery of Bulk Liquid Argon and Bulk Liquid Carbon Dioxide to Norfolk Naval Shipyard, VA into contractor provided tanks.



Products:



Liquid Argon (NSN: 9135-01-649-5576) Type II, Grade A, shall meet the requirements of MIL-PRF-27415D dated 28 February 2023.



Liquid Carbon Dioxide (NSN 6830-01-650-4710), Type I, Grade H shall meet the requirements of the most current version of CGA G-6.2



2. The requirement is for an estimated total quantity of 2,326,785 LB of Liquid Argon and an estimated total quantity of 50,000 LB of Liquid Carbon Dioxide. The following associated service CLINs will be included for: Installation of Equipment, Equipment Usage Fee, Tank Usage Fee, Detention Fee, Removal of Equipment, and General Repairs/Maintenance. The Contractor shall provide all product, materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery of the requested product F.O.B. Destination to Norfolk Naval Shipyard, VA. Period of Performance is 01 June 2024 to 31 May 2029.



3. The Government intends to award a Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation, as applicable. Award will be made to the Offeror determined to be the Best Value to the Government, price and other factors considered, using the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. The offeror is encouraged to submit their best and final offer, the Government reserves the right to award without discussions or negotiations.



4. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only the clause/provision number, title, and date, and as such, are not shown in full text, are hereby considered to be incorporated by reference in accordance with FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE or FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, as applicable.



5. THE OFFEROR MUST COMPLY WITH THE REQUIREMENTS LISTED IN INSTRUCTION L0003 L2.35 PROPOSAL FORMAT AND CONTENT (AEROSPACE ENERGY) (DLA ENERGY JAN 2012) AND ALL OFFERS WILL BE EVALUATED IN ACCORDANCE WITH INSTRUCTION M0001 M2.14 EVALUATION – COMMERCIAL ITEMS (AEROSPACE ENERGY) (DLA ENERGY AUG 2009).



6. Offerors are advised of the possibility that their proposals may be found unacceptable if exceptions are taken to the solicitation requirements. Clarification of Government requirements should be requested by the Offeror by submitting questions and/or recommended changes not later than 10 calendar days after issuance of the solicitation. All exceptions to the solicitation requirements (including the SOO) and supporting rationale shall be identified as such and consolidated into an overview section of that exception. An overview section is only required if the Offeror takes exception to any requirement in the solicitation. The overview section will not be included in the page count. Exception(s) to solicitation requirements may require the Government to amend the solicitation to reflect requirement change(s). If the Offeror takes no exception to the stated requirements, a statement to this effect shall be included in the respective section.



7. The Contracting Officer may request that a DLA Energy Quality Assurance Representative (QAR) perform a Pre-award Survey (PAS) in accordance with FAR Part 9. 106-1 to ensure that the capabilities exist to support the requirement the offeror bid against, mitigating risk of non-performance due to lack of capability and may include an on-site review. If requested, the offeror and its employees, including those at the fill point and/or production facility, shall be required to participate fully in the PAS process. The DLA Energy Contracting Officer will discuss any PAS results recommended by the QAR that is other than "Recommend Full Award."



8. QUESTION AND ANSWER (Q&A) PERIOD: To encourage maxim participation on ALL line items of the SF 1449, a Q&A period has been established from issue date of Solicitation SPE601-24-R-0302 to 28 December 2023 by 3:00 PM Central Time Zone. All potential offerors are advised to ask any and as many questions as necessary to gain a clear understanding of the requirements for the submission of their proposal. No further questions will be accepted after the closing date/time. All questions should be emailed to nelson.vega@dla.mil and willard.ramseur@dla.mil. Answers to questions received by the closing date will be consolidated and provided via an official amendment to the solicitation and posted in https://sam.gov/, if applicable. Extensions of closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable.



9. TAXES AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of any subcontractor, any taxes from which the United States Government is exempt



10. ALL OFFERS MUST BE RECEIVED NLT 16 of January 2024 at 15:00 PM Central Daylight Time (CDT). All responsible sources may submit a proposal, which will be considered by the agency. All potential offerors are advised to check https://sam.gov frequently for any solicitation amendments (updates) and are reminded that they shall acknowledge in their prospective submitted proposals by completing the solicitation (SF1449 blocks 30a-30c) and amendment(s) (SF30 blocks 15a-15c) and submit to DLA Energy by email to nelson.vega@dla.mil and willard.ramseur@dla.mil, prior to the solicitation closing date/time. Only emailed requests for the solicitation received directly from the requestor are acceptable. Any offer received after the closing dated will be considered "Late" and will be handled in accordance with FAR 52.212-1(f).



11. AWARD WITHOUT DISCUSSIONS: Offerors are directed to paragraph(g) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS. While the Government intends to evaluate proposals in accordance with M0001 M2.14 EVALUATION - COMMERCIAL ITEMS (AEROSPACE ENERGY) (DLA ENERGY AUG 2009), Lowest Price Technically Acceptable Source Selection Process and award a contract(s) without discussion, it reserves the right to conduct discussions if later determined by the Contraction Officer to be necessary. Therefore, those participating are advised to submit their best prices with their initial offer. If the Contracting Officer determines that discussions are necessary, the Government will then evaluate proposals and award a contract after conducting discussions with Offerors whose proposal have been determined to be within the competitive range.



12. PLACING ORDERS: In accordance with F0001 F1.11 DLA INTERNET BID BOARD SYSTEM (DIBBS) (DLA ENERGY) (APR 2014), The Contractor shall use DIBBS to receive orders. Contractors must register in DIBBS to obtain a login account at https://www.dibbs.bsm.dla.mil/. The login account will allow a contractor to register a primary and alternate email address for notifications. All contractors must have an active System for Award Management (SAM) account in https://sam.gov/ to register for DIBBS.



13. POINTS OF CONTACT: For any clarification, explanation, or additional information about this solicitation, please contact via email: Nelson Vega, Contract Specialist, nelson.vega@dla.mil and Willard Ramseur, Contract Officer, willard.ramseur@dla.mil.



14. For questions regarding Small Business or Small Disadvantage Business affairs should be addressed to the DLA Energy Small Business Office at dla.energy.osbp@dla.mil or 1-800-526-2601 / 703-767-9400.



15. All potential offerors are advised to carefully review the solicitation, attachments and any subsequent amendments identified by solicitation number SPE601-24-R-0302.



16. All offerors are advised to insert the CAGE CODE (5-digit alphanumeric code) in Block 17a of the Standard Form 1449, in the box labeled “CAGE CODE.”



17. ALL OFFERORS ARE TO COMPLETE ENERGY QAP 33.10 FOUND IN SOLICITATION ATTACHMENTS LOCATED IN ATTACHMENT A4. FAILURE TO COMPLETE ENERGY QAP33.10 MAY DEEM SUBMITTED PROPOSAL INCOMPLETE AS TO NOT BE INCLUDED IN THE COMPETITIVE RANGE.



18. Please submit all Vendor pricing on Attachment A9.



19. All offerors are required to submit a Technical Proposal for this solicitation. Technical Proposal requirements are found in attachment A1, starting on page 13.


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 5730 1525 WURTSMITH STREET
  • JBSA LACKLAND , TX 78236
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 14, 2023 01:58 pm CSTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >