SOURCES SOUGHT FOR Liquid Argon
REQUEST FOR INFORMATION – LIQUID ARGON 21 JANUARY 2022 INTRODUCTION: This is a Sources Sought notice issued by the Defense Logistics Agency (DLA) Energy-FEM - San Antonio, Texas. This is NOT a solicit... REQUEST FOR INFORMATION – LIQUID ARGON 21 JANUARY 2022 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 future procurement. This notice issued by DLA Energy, is to identify potential sources, and solicits industry to express their capability and interest to provide all the production related facilities, raw materials, supplies, management, tools, equipment, and labor necessary for delivery of Liquid Argon fuel f.o.b. destination to Kings Bay, GA. Specification Requirements: 1. PRODUCT SPECIFICATION AND TESTINGREQUIREMENTS: 1.1. Liquid Argon NSN 9135-01-665-8775, shall meet the requirements of Type II, Grade B, Bulk, 99.985% Purity IAW MIL-PRF-27415C Performance Specification, Propellant Pressurizing Agent, Argon dated 07 Aug 2013. 1.2. In addition to the reports required elsewhere within this contract, one copy of a Certificate of Analysis (COA) for each sample required by the specification shall be attached to the container inside the rear cabinet and shall also be submitted as an attachment to the applicable document in Wide Area Workflow (WAWF). The quarterly testing results for CO2 and Hydrogen shall be included along with the copy of the Certificate of Analysis for each load. 2. PRODUCT ORDERING: The DLA Energy Contracting Officer 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. 3. PRODUCT DELIVERY: 3.1. For routine Liquid Argon deliveries, product shall be delivered within five (5) business days after receipt of an order from the Delivery Scheduler. For emergency deliveries, product shall be delivered within two (2) calendar days after receipt of an order from the Delivery Scheduler. 3.2. Deliveries shall be made Monday thru Friday, 0800-1300 excluding federal and local holidays. 3.3. Gaseous Argon deliveries shall be made to the following address: Trident Refit Facility, NSB Kings Bay, GA Argon tank at Bldg. 5925 TANK FARM 4. DESCRIPTION OF GOVERNMENT-OWNED GASEOUS ARGON TANK: Gaseous Argon shall be delivered into the following Government-owned storage vessel listed below. The storage vessel will be trailer accessible. Location Tank Capacity-Gallons MAWP* Bldg. 5925 TANK FARM 1,500 250 psig *Maximum Allowable Working Pressure 5. INSPECTION AND ACCEPTANCE: Inspection for quality shall be performed at origin. Quantity determination and acceptance shall be at destination. 6. METHOD OF MEASUREMENT: Quantity determination to be performed by use of certified Government weight scales available at the delivery location Monday-Thursday (0700hrs to 1630hrs) and Friday (0700hrs to1530hrs) or Meter Ticket. Anticipated Period of Performance: This potential requirement has an estimated 5-year period of performance. If requirement develops, the starting period of performance is November 2022. Capability Statement: Interested qualified organizations should SUBMIT a capability statement for this requirement. Statements should include an indication of current business size and a list of available ancillary services available. Services the Government would be interested in getting capabilities information from interested suppliers include: a. Capability to fully meet the Liquid Argon specifications. If there are parts of the specification that your company cannot meet, please list them. b. Capability to perform all the sampling/testing requirements listed in the specifications. If there are sampling/testing that your company cannot perform, please list them. 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. 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 Is your company registered in 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? Information Submission Instructions: All capability statements sent in response to this Sources Sought notice should be submitted to Patricia Dominguez, Contracting Specialist at patricia.dominguez@dla.mil. All responses must be received by 2:00pm CST on 7 February 2022. 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 Federal Business Opportunities. 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 proprietary, classified, confidential, or sensitive information should be included in your response.
Data sourced from SAM.gov.
View Official Posting »