COCO services and ancillary facilities for receiving, storing, protecting, and shipping Aviation turbine fuel in the Bordentown, New Jersey/Trenton, New Jersey ...

expired opportunity(Expired)
From: Federal Government(Federal)
SPE603-18-R-0509

Basic Details

started - 07 Nov, 2017 (about 6 years ago)

Start Date

07 Nov, 2017 (about 6 years ago)
due - 28 Nov, 2017 (about 6 years ago)

Due Date

28 Nov, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
SPE603-18-R-0509

Identifier

SPE603-18-R-0509
Defense Logistics Agency

Customer / Agency

Defense Logistics Agency
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 This is a Sources Sought Notice only. It seeks information from potential sources. This notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This is not a Request for Proposal (RFP), a promise to issue a RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract. For reference purposes, this FBO notice is numbered SPE603-18-R-0509.Defense Logistics Agency (DLA) Energy - FESBC seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide Defense Fuel Support Point Contractor-Owned Contractor-Operated (COCO) services and ancillary facilities for receiving, storing, protecting, and shipping Aviation turbine fuel in the Bordentown/Trenton, New Jersey area. Approximately 335,600 barrels (bbls) of Jet-A or
Jet-A with additives (JAA) storage (shell) capacity is required along with two tanks interconnected, and isolated from other facilities and products handled within the storage facility.  Total throughput (allowed throughput) of 2,000,000 bbls for each 12-month contract period excluding initial fill or final shipment is required. Contractors will have the capability of injecting additives provided by the Government during receipt or shipping of product, 7 days per week, and 24 hours per day.  The contractor is also required to provide the following ancillary capabilities and services:a.  Maintain control over the physical environment to ensure proper product storageb.  Government will have access to the complete inventoryc.  Contractor will furnish a computer system that meets commercial standardsd.  Receipt of  aviation turbine fuel by barge and tank trucke.  Injection system for Fuel System Icing Inhibitor (FSII), Static Dissipater Additive (SDA), and Corrosion Inhibitor/Lubricity Improver Additive (CI/LI)f.  Additive Storage/Injection Plan post awardg.  Product, Shipping and Receiving capabilitiesh.  Contractors Dock will have a draft of 10 feet at the dock and be capable of receiving and berthing barges not to exceed 4200 DWT.i.  Product shipment by pipeline and tank truck from Contractor's facility to McGuire AFBj.  Product Quality Surveillancek.  Laboratory Testing for petroleum products in accordance with MIL-STD-3004 current versionl.  All tanks must meet the minimum requirements of the American Petroleum Institute (API) Standards, National Fire Protection Association (NFPA) codes, federal, state and local laws and/or regulationsm.  Contractor furnished fuel filtration/separation systemn.  Illumination to allow receipt/issue during hours of darknesso.  Furnish office space of approximately 110 square feet, furniture, and janitorial services for the office spacep.  Access to a telephone, facsimile, photocopierThe period of performance is estimated to begin on September 1, 2018 through August 31, 2022 with one four-year base period and one five (5) year option to renew, for a total of 9 years possible. The procurement will be through full and open competition and the Business Opportunities website at www.fbo.gov. Interested parties may identify their capabilities by responding to this requirement no later than 12:00 PM EST, November 28, 2017.  Responses should be submitted via email and shall include a detailed capabilities statement no more than 10 pages. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice.  Only responses submitted via email will be considered. Email responses to Raquel.Moore@dla.mil.

Bordentown/Trenton, New Jersey United StatesLocation

Place Of Performance : N/A

Country : United States

Classification

493 -- Warehousing and Storage/493190 -- Other Warehousing and Storage
naicsCode 493190Other Warehousing and Storage
pscCode 99MISCELLANEOUS