Inactive
Notice ID:SPE60120R0330
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 Aug 2013; Nitrogen, Technical (LNB), Grade B, NSN 6830-01-644-2557 IAW CID A-A 59503C dated 3 Mar 2011; Propellant Oxygen (LOA) NSN 9135-01-665-3259, Propellant Oxygen (LOB) NSN 9135-01-665-3235 IAW MIL-PRF-25508J dated 2 Mar 2020 and Propellant Pressurizing Agent (LN9), NSN 9135-01-665-3253 IAW MIL-PRF-27401G dated 7 Aug 2013. Product shall be delivered f.o.b. Destination into Contractor-owned tanks and Government-owned tanks at the following West locations: Location // Product Type // 5-Year Estimated Quantity Beale AFB (9LRS), CA // ABO // 110,000 UG6 Beale AFB, CA (9PSPTS)// ABO // 37,500 UG6 Channel Island ANG, CA // ABO // 55,000 UG6 China Lake (NAVSUP FLC), CA // ABO // 81,525 UG6 China Lake Ordinance (NAWC), CA / LOB // 150 TN China Lake Ordinance (NAWC), CA // LN9 // 6,380 TN Creech AFB, NV // ABO // 15,000 UG6 Creech AFB, NV // LNB // 27,000 UG6 Davis Monthan AFB, AZ // ABO // 170,000 UG6 Edwards AFB (412TH), CA // ABO // 175,000 UG6 Edwards AFB, CA // LOA // 7,140 TN Eielson AFB, AK // LNB // 50,000 UG6 Eielson AFB, AK// ABO // 75,000 UG6 Elmendorf AFB (JBER), AK// ABO // 200,000 UG6 Exelis Fort Irwin, CA // LN9 // 60,000 TN Fresno ANG, CA // ABO // 70,000 UG6 Gowen Field, ID// ABO // 77,650 UG6 Hill AFB, UT // ABO // 250,000 UG6 Hill AFB, UT // LNB // 250,000 UG6 IES Murrieta, CA // LN9 // 1,260 TN Joint-Base Lewis-McChord, WA// ABO // 275,000 UG6 Kingsley Field ANG, OR // ABO// 66,000 UG6 Luke AFB, AZ // ABO // 180,000 UG6 Luke AFB, AZ // LNB // 60,000 UG6 March AFB, CA// ABO // 180,000 UG6 MCAS Miramar, CA // ABO // 166,475 UG6 MCAS Miramar, CA // LNB // 42,045 UG6 MCAS Yuma, AZ // LNB // 29,500 UG6 MCAS Yuma, AZ// ABO // 76,985 UG6 Moffett Federal Airfield, CA// ABO // 48,000 UG6 NAF El Centro, CA // LNB // 28,380 UG6 NAF El Centro, CA// ABO // 38,500 UG6 NAS Fallon, NV // LNB // 18,000 UG6 NAS Fallon, NV //ABO // 75,000 UG6 NAS Lemoore, CA // ABO // 52,625 UG6 NAS Lemoore, CA // LNB // 67,125 UG6 NAS North Island San Diego, CA // ABO // 126,000 UG6 NAS North Island San Diego, CA // LNB // 126,000 UG6 Naval Base Point Mugu, CA // ABO // 40,000 UG6 Nellis AFB, NV // ABO // 240,000 UG6 Nellis AFB, NV // LNB // 50,000 UG6 Nevada ANG, NV// ABO // 50,000 UG6 Portland ANG, OR // ABO // 100,000 UG6 Tonopah AFB, NV // LNB // 12,000 UG6 Tonopah AFB, NV// ABO // 136,000 UG6 Travis AFB, CA // ABO // 205,000 UG6 Travis AFB, CA // LNB // 856,860 UG6 Tucson ANG, AZ// ABO // 175,000 UG6 The requirement also includes Non-Recurring Services of Emergency/Emergency Delivery, Detention Fee, Fill Line Restriction Orifice, Tank Hot Fill, Equipment Usage Fee, Tank Usage Fee, Installation of Equipment and Removal of Equipment. The period of performance is for 1 July 2021 – 30 June 2026. The anticipated Award Date is 10 May 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 8 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 below 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 size of West Region 9.1D procurement and numerous locations 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 5 February 2021, 10:00 A.M. Central Time (CT). Email Subject Line shall include: Site Visit Request, West Region 9.1D, Solicitation SPE601-20-R-0330. At a minimum attendee shall be required to provide proof of identity to access installation, wear a face mask, 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.