Search Contract Opportunities

SOLICITATION SPE601-24-R-0318, Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD   2

ID: SPE601-24-R-0318 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 28, 2024, 4:00 p.m. EDT

The purpose of this Amendment SPE60124R03180006 is to provide clarification to questions from industry regarding the solicitation:

The purpose of this Amendment is to provide clarification to questions from industry regarding the solicitation and to reference Standard Form 1449 Notice to Offerors (page 3, paragraph 9) Question and Answer Period. The closing Date/Local Time is Monday, 28 Oct 2024, @3:00 pm.

The purpose of Amendment SPE60124R03180004 is to EXTEND the solicitation CLOSING DATE from 28 October 2024 @3:00pm to 1 November 2024 @3:00 pm and provide clarification to questions from industry regarding the solicitation. See Attachments/Links.

The purpose of Amendment SPE60124R03180003 is to provide clarification to questions from industry regarding the solicitation. See Attachments/Links.

The purpose of Amendment SPE60124R03180002 is to provide clarification to questions from industry regarding the solicitation. See Attachments/Links.

The purpose of Amendment SPE60124R03180001 is to provide clarification to questions from industry regarding the solicitation. See Attachments/Links.

NOTICE TO OFFERORS:

1. The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DoD) Integrated Materiel Manager (IMM) for Aerospace Energy products and related services has a five (5) year requirement for delivery of Liquid Argon (LAE), Liquid Nitrogen (NLL & LNQ) and Liquid Oxygen (OLB), F.O.B. Destination to CDS Aberdeen proving Grounds MD, for both Contractor-provided and Government-provided containers.

Product(s) shall meet the requirements:

Liquid Argon, Grade E NSN: 6830016499073
Liquid Nitrogen Type II Grade Q NSN: 6830016663659
Liquid Nitrogen Type II Grade L NSN: 6830016663595
Liquid Oxygen Type II Grade B NSN 6830016664004

2. The following associated service CLINS will be included:

Expedite/Emergency Delivery 6830 - SE0000176, Detention FEE 6830-SE0000178,
General Repair and Maintenance 6830 - SE0000133, Equipment usage FEE 6830-SE0000223 (Contractor Dewar only), Cylinder Re-Certification Testing SE0000239. The Contractor shall deliver product F.O.B. Destination to CDS Aberdeen proving Grounds MD, for both Contractor-provided and Government-provided containers. The Contractor shall provide all products to fill, remove and return dewars to include materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery load and unloading of requested products.

Period of performance is 01 April 2025 to 31 March 2030.

3. The Government intends to award a Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisition procedures. Award will be made to the offer determined the Best Value to the Government, price and other factors considered, using the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. The offeror is encouraged to submit their best and final offer, the Government reserves the right to award without discussions or negotiations.

4. All CLINs will be awarded to only one offeror. Therefore, in order to be eligible for award, an offer must contain offers on all CLINs at a location.

5. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only clause/provision number, title, and date, and as such, are not shown in full text, are hereby considered to be incorporated by reference in accordance with FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE or FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, as applicable.

6. THE OFFEROR MUST COMPLY WITH THE REQUIREMENTS LISTED IN FAR 52.212-1 ADDENDUM INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.

ALL OFFERS WILL BE EVALUATED IN ACCORDANCE WITH INSTRUCTION FAR 52.212-2 ADDENDUM EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.

7. Offerors are advised of the possibility that their proposals may be found unacceptable if exceptions are taken to the solicitation requirements. Clarification of Government requirements should be requested by the Offeror by submitting questions and/or recommended changes no later than 10 calendar days after issuance of the solicitation. All exceptions to the solicitation requirements (including the SOO) and supporting rationale shall be identified as such and consolidated into an overview section of that exception. An overview section is only required if the Offeror takes exception to any requirement in the solicitation. The overview section will not be included in the page count. Exception(s) to solicitation requirements may require the Government to amend the solicitation to reflect requirement change(s). If the Offeror takes no exception to the stated requirements, a statement to this effect shall be included in the respective section.

8. The Contracting Officer may request that the DLA Energy Region Quality Assurance Representative (QAR) perform a Pre-award Survey (PAS) in accordance with FAR 9.106-1. If requested, the offeror and its employees, including those at the fill point and/or production facility, shall be required to participate fully in the PAS process. The DLA Energy Contracting Officer will discuss any recommendation(s) by the QAR, for a PAS that results on an other than Full Award, recommendation with the offeror during negotiations. This will allow the offeror an opportunity to respond or otherwise provide information in its Final Proposal Revision as to how the offeror intends to correct the issue(s) and/or QAR concern(s) that led to an other than Full Award, recommendation.

9. QUESTION AND ANSWER (Q&A) PERIOD: To encourage maximum participation on ALL line items of the SF 1449, a Q&A period has been established from issue date of Solicitation SPE601-24-R-0318 to 28 October 2024 by 3:00 PM Central Daylight Time (CDT). All potential offerors are advised to ask any and as many questions as necessary to gain a clear understanding of the requirements for submission of their proposal. No further questions will be accepted after the closing date/time. All questions should be emailed to dovie.gary@dla.mil and leno.smith@dla.mil. Answers to questions received by the closing date will be consolidated and provided via an official amendment to the solicitation and posted in https://sam.gov/, if applicable. Extensions of the closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable.

10. TAXES AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of a subcontractor, any taxes from which the United States Government is exempt.

11. ALL OFFERS MUST BE RECEIVED NLT 28 October 2024 by 3:00 PM Central Daylight Time (CDT). All responsible sources may submit a proposal which will be considered by the agency. All potential offerors are advised to check https://sam.gov frequently for any solicitation amendments (updates) and are reminded that they shall acknowledge in their prospective submitted proposals by completing the solicitation (SF1449 blocks 17a & 30a-30c) and amendment(s) (SF30 blocks 8 & 15a-15c) and submit to DLA Energy by email to dovie.gary@dla.mil and leno.smith@dla.mil, prior to the solicitation closing date/time. Only emailed requests for the solicitation received directly from the requestor are acceptable. Any offer received after the closing date/time will be considered Late and will be handled in accordance with FAR 52.212-1(f).

12. AWARD WITHOUT DISCUSSIONS: Offerors are directed to paragraph(g) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. While the Government intends to evaluate proposals in accordance with FAR 52.212-2 ADDENDUM EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. (see pages 14 to 16 of the attached Requirement Page), Lowest Price Technically Acceptable Source Selection Process and award a contract (s) without discussion, it reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, those participating are advised to submit their best prices with their initial offer. If the Contracting Officer determines that discussions are necessary, the Government will then evaluate proposals and award a contract after conducting discussions with Offerors whose proposal have been determined to be within the competitive range.

13. PLACING ORDERS: In accordance with F0001 F1.11 DLA INTERNET BID BOARD SYSTEM (DIBBS) (DLA ENERGY) (APR 2014). The Contractor shall use DIBBS to receive orders. Contractors must register in DIBBS to obtain a login account at https://www.dibbs.bsm.dla.mil/. The login account will allow a contractor to register a primary and alternate email address for notifications. All contractors must have an active System for Award Management (SAM) account in https://sam.gov/ to register for DIBBS.

14. Offerors that require a site visit please contact the contracting officer.

15. POINTS OF CONTACT: For any clarification, explanation, or additional information about this solicitation, please contact via email: Dovie Gary, Contract Specialist at dovie.gary@dla.mil and Leno Smith, Contracting Officer at leno.smith@dla.mil.

16. SMALL BUSINESS: For questions regarding Small Business or Small Disadvantage Business, affairs should be addressed to the DLA Energy Small Business Office via email at dla.energy.osbp@dla.mil or phone at (571) 767-9732.

17. OFFER SUBMISSION: All proposals must consist of a Price Proposal AND Technical Proposal to be considered for award. When a Technical Proposal is required, two non-cost factors will be evaluated: 1) Technical Capability and 2) Past Performance.
a. LIST POINT OF CONTACT(S) AUTHORIZED TO NEGOTIATE, Attachment A2- Requirements Page , section K0002 K33.01; see page 9. AUTHORIZED NEGOTIATORS (DLA ENERGY APR 2007)

b. PROPOSAL REQUIREMENTS, Attachment A2 -Requirements Page , FAR 52.212-1, see pages 10 through 13, ADDENDUM INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.

c. All offers shall complete and return proposed pricing via the Price Proposal document, see Attachment A3- Schedule of Supplies Pricing Form .

d. All offers are to complete and return VENDOR TECHNICAL PROPOSAL document, see Attachment A4-Vendor Technical proposal .
e. SUBMISSION OF PAST PERFORMANCE REFERENCES, see Attachment A5- Contractor Performance Data Sheet

f. All offers are to complete and return Energy QAP 33.10. see Attachment A6-QAP Failure to complete Energy QAP 33.10 may deem submitted proposal incomplete as to not be included in the competitive range.

g. All offers are provided the Transport Equipment Delay Certificate. see Attachment A7- Transport Equipment Delay Cert . Additional Information see Attachment A2 -Requirements Page , Provision page 6 (b (12).

18. Proposed prices shall not exceed the second decimal place. Failure to comply will result in the Contracting Officer rounding proposed prices to the second decimal place.

19. All offerors are advised to insert the CAGE CODE (5-digit alphanumeric code) in Block 17a of the Standard Form 1449, in the box labeled CAGE CODE .

Posted: Oct. 28, 2024, 1:58 p.m. EDT
Posted: Oct. 24, 2024, 6:43 p.m. EDT
Posted: Oct. 24, 2024, 12:37 p.m. EDT
Posted: Oct. 21, 2024, 9:24 p.m. EDT
Posted: Oct. 18, 2024, 5:40 p.m. EDT
Posted: Sept. 26, 2024, 6:01 p.m. EDT

Overview

Response Deadline
Oct. 28, 2024, 4:00 p.m. EDT Past Due
Posted
Sept. 26, 2024, 6:01 p.m. EDT (updated: Oct. 28, 2024, 4:00 p.m. EDT)
Set Aside
None
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source

Current SBA Size Standard
1200 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 9/26/24 DLA Energy issued Solicitation SPE601-24-R-0318 for SOLICITATION SPE601-24-R-0318, Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD due 10/28/24. The opportunity was issued full & open with NAICS 325120 and PSC 6830.

NATO Stock Number

Details for included NSNs

Item Name
NITROGEN
NIIN
016663659
Standard Unit Price (DLA)
$26.37

Item Name
NITROGEN
NIIN
016663595
Standard Unit Price (DLA)
$3.04

Item Name
ARGON, LIQUID
NIIN
016499073
Standard Unit Price (DLA)
$1.02

Item Name
OXYGEN, LIQUID
NIIN
016664004
Standard Unit Price (DLA)
$3.09
Primary Contact
Name
Dovie Gary   Profile
Phone
(804) 761-9221

Secondary Contact

Name
Leno Smith   Profile
Phone
(210) 780-4905

Documents

Posted documents for Solicitation SPE601-24-R-0318

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation SPE601-24-R-0318

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SPE601-24-R-0318

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SPE601-24-R-0318

Similar Active Opportunities

Open contract opportunities similar to Solicitation SPE601-24-R-0318

Experts for SOLICITATION SPE601-24-R-0318, Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA ENERGY > DLA ENERGY AEROSPACE ENRGY-DLAE-M
FPDS Organization Code
97AS-SPE601
Source Organization Code
500045990
Last Updated
Nov. 12, 2024
Last Updated By
dovie.gary@dla.mil
Archive Date
Nov. 12, 2024