SOLICITATION NOTICE
91 -- RFI, Liquid Argon, Anniston Army Depot, AL and Robins AFB, GA
- Notice Date
- 6/5/2025 5:52:03 AM
- Notice Type
- Presolicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE60125R0LAA
- Response Due
- 6/26/2025 1:00:00 PM
- Archive Date
- 07/11/2025
- Point of Contact
- Carrie Harmon, Phone: 2106129013, Leno Smith, Phone: 804-972-0809
- E-Mail Address
-
carrie.harmon@dla.mil, leno.smith@dla.mil
(carrie.harmon@dla.mil, leno.smith@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- INTRODUCTION: This is a Request for Information (RFI)/Sources Sought notice issued by the Defense Logistics Agency (DLA) Energy Aerospace � 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 solicit industry to express their capability and interest to provide Aerospace Energy products, related services, and delivery of Liquid Argon on a f.o.b. Destination into Government-owned tanks at Anniston Army Depot, AL and Robins Air Force Base, GA. The Government may contract for all, some, or none of the below, however it still is requesting for a potential requirement. SCOPE OF REQUIREMENTS: The potential source shall provide all product, materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery of Liquid Argon on a f.o.b. Destination into Government-owned tanks. The requirement also includes equipment and related services: Telemetry at Robins AFB, GA PRODUCTS: Liquid Argon, Grade LW, NSN 6830-01-649-9659, shall meet the requirements of Grade LW of DLA Energy Purchase Description, ENERGY - 015265174, unless waivered. and Liquid Argon, LAA, Type II, Grade A, NSN 9135-01-649-5576, shall meet the requirements of MIL-PRF 27415D, 28 Feb 2023 or the most current version. One copy of the Certificate of Analysis (COA) shall accompany each shipment and shall also be submitted as an attachment to Wide Area Workflow (WAWF). Unit of issue for Liquid Argon, 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. The Contractor shall provide DLA Energy a list of personnel available on a 24-hour a day basis to take orders from the Delivery Scheduler, as well as delivery information/status on the order. The list shall include full name, office phone number, cell number and email. DLA Energy shall be notified of changes in contact personnel, phone numbers and email addresses. PRODUCT DELIVERY: Routine product deliveries shall be delivered within seven (7) calendar days after receipt of an order from the appointed Delivery Scheduler Anniston Army Depot, AL No. of Tanks Capacity Type Tank Location Max PSI 1 34,884 LBS Above Ground BLDG. 133 250 psi 1 10,465 LBS Above Ground BLDG. 128 250 psi Delivery can be made Monday through Thursday 0700-1500 CST, excluding Federal Holidays at Anniston Army Depot, AL. SERVICES: The following services shall be associated with product at Anniston Army Depot, AL: Emergency Delivery, Tank Hot Fill, Detention Fee and Fill Line Restriction Orifice. Robins Air Force Base, GA No. of Tanks Capacity Type Tank Location Max PSI 1 10,467 LBS Above Ground BLDG. 165 250 psi 1 17,445 LBS Above Ground BLDG. 614 250 psi 1 500 LBS Above Ground BLDG. 323 250 psi Delivery can be made Monday through Thursday 0700-1500 CST, excluding Federal and Local Holidays at Robins Air Force Base, GA. It is noted that delivery to Bldg. 165 located at Robins AFB is in a tight area. The driver will have limited space to maneuver. The driver must enter through a parking area and upon exit drive out the wrong side against the way the cars are parked when making deliveries. SERVICES: The following services shall be associated with product at Robins Air Force Base, GA: Emergency Delivery, Tank Hot Fill, Detention Fee, Fill Line Restriction Orifice, Installation of Equipment (Telemetry), Equipment Usage Fee (Telemetry), and Removal of Equipment (Telemetry). Emergency deliveries shall be within three (3) calendar days of request unless otherwise determined by the DLA Contracting Officer. After an emergency delivery order is placed, contractor shall coordinate delivery time and acceptance of emergency deliveries with the customer. INSPECTION AND ACCEPTANCE: Inspection for quality shall be at origin and quantity determination and acceptance shall be at destination. ANTICIPATED PERIOD OF PERFORMANCE: This potential requirement has an estimated 48-month requirement, 1 July 2026 through 30 June 2030. ESTIMATED QUANTITIES FOR THIS POTENTIAL REQUIREMENT: 1,318,932 LBS Year 1 � 329,733 LBS (1 July 2026 through 30 June 2027) Year 2 � 329,733 LBS (1 July 2027 through 30 June 2028) Year 3 � 329,733 LBS (1 July 2029 through 30 June 2029) Year 4 � 329,733 LBS, (1 July 2029 through 30 June 2030) 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: Capability to fully meet the specification. Contractors must address the Argon industry and the ability to meet all the needs for the entire period of performance. Capability to perform all the sampling/testing requirements listed in the specifications. Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed. Statement of ability to meet Argon needs for Anniston Army Depot, AL and Robins AFB, GA. 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 in SAM, and if so, what is your company's cage code? If your company is not currently registered in SAM, would you be willing to register in the SAM system? What is the size of your company? What are your primary and secondary NAICS codes? If you identify as a Small Business (SB), please identify your company�s small business size standard based on the primary NAICS code 325120 � Industrial Gas Manufacturing. Provide a list of company Argon manufacturing fill-points/plants, to include city and state. SUBMISSION INSTRUCTIONS: All capability statements sent in response to this Sources Sought Notice shall be submitted to Contracting Officer, Leno B. Smith at leno.smith@dla.mil and Contract Specialist, Carrie Harmon at carrie.harmon@dla.mil. All responses must be received by 26 June 2025 at 3:00 pm 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 SAM.gov. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/903ec304c1fd4a5d8de5dd54fefdb6c7/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07468153-F 20250607/250605230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |