Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE60125R0303
This pre-solicitation notice is issued by the Defense Logistics Agency (DLA) Energy-Aerospace, based in San Antonio, Texas. It is important to note that this is NOT a solicitation for proposals. No aw...
This pre-solicitation notice is issued by the Defense Logistics Agency (DLA) Energy-Aerospace, based in San Antonio, Texas. It is important to note that this is NOT a solicitation for proposals. No awards will be granted based on the responses to this announcement. DLA Energy, Aerospace Energy intends to issue a Request for Proposal (RFP) on a 100% Small Business Set Aside competitive basis. This requirement is for the production and storage of bulk Propellant, High Density Synthetic Hydrocarbon Type, Grade (JP-10) and Propellant, Priming Fluid, ALCM Engine, Grade (PF-1). The contractor shall provide all production-related facilities, raw materials, supplies, management, tools, storage, equipment, and labor necessary for the manufacture of JP-10 and PF-1. In addition, the contractor shall offer DLA the capacity to store DLA Aerospace Energy owned finished goods, manage contractor-furnished drums, and transfer of finished products in proper Department of Transportation (DOT) approved packaging or bulk trailers to DLA customers and/or Energy Aerospace Supply Point (EASP). FACILITY AND OPERATIONS: The Contractor shall provide bulk storage tanks and shall distribute Government-owned JP-10 and PF-1, into conveyances while maintaining product on-specification at all times. In order to maintain accountability and control over Government-owned product located at the Contractor’s site, the facility shall be designated a EASP and the Contractor shall comply with all requirements in accordance with DLA Energy P-11 Energy Aerospace Storage Points. BULK STORAGE EQUIPMENT REQUIREMENTS: The Contractor shall provide a minimum of two (2) JP-10 storage tanks with a combined useable capacity of at least 135,000 gallons. b. The Contractor shall have the capability to receive and distribute JP-10 from bulk tanks, into trucks and drums. Additionally, the contractor shall provide warehouse storage for drummed product. PRODUCT: JP-10 provided under this procurement shall meet the requirements of MIL-DTL-87107F w/Amendment 1 (Propellant, High Density Synthetic Hydrocarbon Type, Grade JP-10), dated 24 June 2024. PF-1 provided under this procurement shall meet the requirements of MIL-DTL-87173D (Propellant, Priming Fluid, ALCM Engine, Grade PF-1), dated 12 July 2023. UNIT OF MEASURE: Unit of issue is U.S. Gallon (UG6). ESTIMATED QUANTITIES AND LOCATIONS: Location: To Be Determined (TBD) - Vendor’s facility JP-10 Year 1 – 135,000 UG6 Year 2 – 135,000 UG6 Year 3 – 135,000 UG6 Year 4 – 135,000 UG6 Year 5 – 135,000 UG6 Estimated Grand Total 5-Year Period: 675,000 UG6 PF-1 Year 1 – 4,800 UG6 Year 2 – 4,800 UG6 Year 3 – 4,800 UG6 Year 4 – 4,800 UG6 Year 5 – 4,800 UG6 Estimated Grand Total 5-Year Period: 24,000 UG6 The anticipated Period of Performance (PoP): 16 June 2025 through 15 June 2030 The Government intends to procure these products in accordance with the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 15, Contracting by Negotiation, as applicable. The award will be made under a Single Award, Firm Fixed Price, Requirements type contract using FAR Part 12 procedures for Commercial Acquisition. The contract will be awarded to the Offeror determined to represent the Best Value to the Government, based on the Lowest Price Technically Acceptable (LPTA) Source Selection procedures. The RFP will be issued under this notice on or about 3 December 2024 and will be posted to the SAM website (https://sam.gov). The anticipated closing date is expected to be 30 days after the issuance of the RFP. Potential offerors should contact the Contracting Officer at Email: Tammie.Campbell@dla.mil for additional information and/or to communicate concerns. All responsible sources shall submit a proposal in accordance with the solicitation, which will be considered by the agency. If you intend to submit an offer, you are required to complete, sign, and return the entire solicitation package.