Inactive
Notice ID:SPE601-21-R-0303
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 five (5) year requiremen...
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 five (5) year requirement for delivery of Aviator's Breathing Oxygen (ABO) NSN 6830-01-644-2463, IAW MIL PRF -272105 7 August 2013; Nitrogen, Technical (LN2) Type II, Grade B, NSN 6830-01-644-2557 IAW CID A-A 59503C dated 3 Mar 2011, delivered f.o.b. Destination into Contractor-owned tanks and Government-owned tanks at the following Midwest locations: Locations Product Type Estimated 5 Year Quantity Cannon AFB, NM ABO 96,000 NAS JRB Ft Worth, TX ABO 150,000 NAS JRB Ft Worth, TX LN2 90,000 Montana ANG, MT ABO 50,000 Randolph AFB, TX ABO 240,000 Sioux City ANG, IA ABO 66,000 Tinker AFB, OK (76TH) LN2 498,000 Tinker AFB, OK ABO ABO 378,000 Lackland AFB, TX (149TH) ABO 30,000 Tulsa ANG, OK ABO 60,000 Altus AFB, OK ABO 168,000 Peoria ANG, IL ABO 31,500 Whiteman AFB, MO ABO 42,000 Ellington ANG, TX ABO 60,000 Holloman AFB, NM ABO 210,000 Kirtland AFB, NM ABO 42,000 Laughlin AFB, TX ABO 81,000 Peterson AFB, CO ABO 60,000 Dyess AFB, TX ABO 90,000 Scott AFB, IL ABO 51,000 Sioux Falls ANG, SD ABO 75,000 Vance AFB, OK ABO 270,000 Lackland AFB, TX (433RD) ABO 150,000 Lackland AFB, TX (433RD) LN2 420,000 Buckley AFB, CO ABO 60,000 Little Rock AFB, AR ABO 150,000 Minot AFB, ND ABO 240,000 Sheppard AFB, TX ABO 600,000 St. Joseph ANG, MO ABO 75,000 Wyoming ANG, WY ABO 55,000 St. Paul ANG, MN ABO 34,000 Offutt AFB, NE ABO 48,000 (Alternate Delivery Site: Lincoln, NE) Period of Performance: 1 May 2021 – 31 Aug 2022 (16 Months) Offutt AFB, NE ABO 132,000 Period of Performance: 1 Sep 2022 – 30 Apr 2026 (44 Months) The requirement also includes Non-Recurring Services of Emergency/Emergency Delivery, Detention Fee, Fill Line Restriction Orifice, Tank Hot Fill, Tank Usage Fee, Installation of Equipment and Removal of Equipment. The period of performance is for 1 May 2021 – 30 April 2026. The anticipated Award Date is 1 April 2021. The Government may choose to award multiple Firm Fixed Price, Requirements type contracts using Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisition procedures. Offerors are required to have the capability to support bulk shipments. Award will be made to the offeror(s) determined to be the Best Value to the Government, price and other factors considered, using the Lowest Price, Technically Acceptable Source Selection Process. Subject solicitation will be issued on or about 1 February 2021 and will be posted on the website https://beta.sam.gov. It is the responsibility of interested vendors to monitor the beta.sam.gov website for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal by the closing date will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit a proposal, which will be considered by the agency. All potential offerors should contact the Contracting Officer identified above for additional information and/or to communicate concerns. Site Visit Requests In accordance with DLA Contract Text L-0004 L54.02 Site Visit (AEROSPACE ENERGY) (DLA ENERGY APR 2006) (a) It is the responsibility of the offerors to inspect the site where supplies are to be delivered and/or services are to be performed and to obtain all available information about the site necessary to satisfy themselves about general and local conditions that may affect delivery as well as cost of contract performance, to the extent that the information is reasonably obtainable. Offerors are responsible for any costs incurred for any site inspection and for obtaining information. (b) In no event shall failure to inspect the site constitute grounds for a claim after contract award. (c) Offerors who are interested in a site inspection should not contact the customer(s) directly, but forward such request(s), in writing, directly to the DLA Contracting Officer for this procurement. Site visits are not required, but are highly recommended. Due to numerous locations being procured under Midwest Region 9.1C requirement, vendors interested in conducting sites visits shall complete and submit Attachment B – Site Visit Request form to the Contracting Officer, Tammie D. Campbell via email: tammie.campbell@dla.mil no later than 2 February 2021, 10:00 A.M. Central Time (CT). Email Subject Line shall include: Site Visit Request, Midwest Region 9.1C, Solicitation SPE601-21-R-0303. At a minimum attendees will be required to provide proof of identity to access military installations, wear a face mask, wear closed toed shoes and practice social distancing to the maximum extent practicable. For questions regarding Small Business or Small Disadvantage Business affairs contact the DLA Small Business Office at 571-767-0192.