Arizona Bids > Bid Detail

Request for Information – Liquid Carbon Dioxide (CO2) – Kofa Firing Range Tank Yard, Yuma Proving Ground, AZ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159108115462059
Posted Date: Oct 5, 2022
Due Date: Oct 21, 2022
Solicitation No: DLA_Aerospace_Energy_23-0001
Source: https://sam.gov/opp/3106fe1fa8...
Follow
Request for Information – Liquid Carbon Dioxide (CO2) – Kofa Firing Range Tank Yard, Yuma Proving Ground, AZ
Active
Contract Opportunity
Notice ID
DLA_Aerospace_Energy_23-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA ENERGY
Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 05, 2022 03:36 pm CDT
  • Original Published Date: Oct 05, 2022 03:04 pm CDT
  • Updated Response Date: Oct 21, 2022 03:00 pm CDT
  • Original Response Date: Oct 21, 2022 03:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 01, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Yuma Proving Ground , AZ 85365
    USA
Description

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 potential future procurement. This notice is issued by DLA Energy is to identify potential sources and solicit industry to express their capability and interest to provide all Liquid Cabon Dioxide (CO2), personnel, materials, supplies, management, engineering, tools, equipment, services, and labor necessary for accomplishing these requirements.



SCOPE OF REQUIREMENTS:

The Contractor shall provide all materials, supplies, product, management, tools, equipment, labor, and transportation necessary to deliver product f.o.b. destination into Government-owned tanks at Kofa Firing Range Tank Yard, Yuma Proving Ground, AZ.



PRODUCT:

Liquid Carbon Dioxide, CO2 (NSN 6830-01-650-4710) shall meet the requirements of Grade H, IAW Compressed Gas Association (CGA), Specification CGA-G-6.2. Each shipping container constitutes a lot and shall be sampled and tested prior to departing the designated trans fill. The sample shall be a representative of the liquid carbon dioxide (CO2) in the shipping container. A copy of the Certificate of Analysis shall accompany each shipment.



In addition to the reports required elsewhere within this contract, one copy of a Certificate of Analysis for each sample required by the specification shall be submitted as an attachment to the applicable Wide Area Workflow (WAWF) Combo document or documented on the WAWF Statement of Quality tab.



Unit of issue for CO2 shall be LB (pound) for all documentation.



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.



PRODUCT DELIVERY:

Off-load shall be into the Government-owned storage tanks listed below



No. of Tanks Capacity Type Max PSIG

1 100,000 SCF TANK 3000

1 60,000 SCF TANK 3000



The Contractor shall deliver to destination within five (5) calendar days after notification by the Delivery Scheduler. For emergency deliveries, product shall be delivered within two (2) calendar days after receipt of an order from the Delivery Scheduler. Weekends and federal holidays are excluded from calendar days.



INSPECTION AND ACCEPTANCE:

Inspection shall be at origin. Quantity determination and acceptance shall be at destination.



METHOD OF MEASUREMENT:

Quantity determination to be performed by use of a truck mounted calibrated flow meter.



HOT FILLS:

Occasionally, the Contractor may be required to perform a “Hot Fill” in order to cool-down and refill any Government-owned tank that has gone empty and is warm.



SECURITY REQUIREMENTS:

The Contractor shall comply with Yuma Proving Ground rules and regulations on security, safety and environmental as applicable. Contractor will require an escort for entry on the installation.



ANTICIPATED PERIOD OF PERFORMANCE:

This potential requirement has a 3 year period of performance and 2 one year options.



ANTICIPATED CONTRACT TYPE:

Requirements type contract, single award. The Government will not lock into a fixed quantity.

CAPABILITY STATEMENT:

Interested qualified organizations should submit a capability statement for this requirement addressing the areas below. Statements should include an indication of current business size and a list of available ancillary services available as well as any technical information believed to be useful to the Government. The capability statement at a minimum shall address the potential vendor’s ability of the following:

a. Capability to fully meet the specification

b. Capability to perform all the sampling/testing requirements listed in the specifications

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. Statement of ability to meet needs for the DLA Customer

e. 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/#1. Is your company registered 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?

f. Confirmation that you have the ability to produce and deliver Liquid Carbon Dioxide, CO2



SUBMISSION INSTRUCTIONS:

All capability statements sent in response to this Sources Sought notice should be submitted to Todd Abbott, Contracting Specialist at todd.c.abbott@dla.mil and Jessica Negron, Contracting Officer at Jessica.Negron@dla.mil All responses must be received by 21 October 2022 at 3:00pm Central Time.



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 classified, confidential, or sensitive information should be included in your response. All proprietary information should be marked as such.


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

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 >