The Government anticipates awarding up to four (4), five-year requirements type contracts by 01 Dec 11. The expected period of performance for each is 01 Feb 12 through 31 Jan 17.
The 4 possible anticipated requirement type contracts are as follows:
(1)NSN: 9135-00-926-8888, Type I,BLM Grade A, 216,195 scf
(2)NSN:9135-00-926-8888,Type I,Non-BLM Grade A, 123,753 scf
(3)NSN: 6830-01-103-8383, Type I, BLM Grade E7 30,459 scf
(4)NSN: 6830-01-103-8383, Type I, Non-BLM Grade E7 1,065 scf
Each of the 4 possible anticipated requirement type contracts will include one of the products specified above as well as possible storage of cylinders and pallets and line items for associated functions related to the cylinders maintenance as follows: Evacuate, Purge, and Charge, Marking and Labeling, Re-Certification - Hydrostatic Testing, Re-Certification - Ultrasonic Examination, Paint Maintenance, Demilitarization of Cylinders for Special Use, Vacuum Baking, Valve Replacement, Residual Pressure Back Check Valve Replacement, Cylinder Disposal Preparation, Packaging and Palletization, Monthly Inventory Reports and Documentation.
The sources for helium will be divided between Bureau of Land Management (BLM) and commercial sources ( non-BLM). BLM line items will be fixed price with Economic Price Adjustment (EPA) and non-BLM line items will be firm fixed price.
Subject solicitation will be issued on or about 15 Aug 2011 and posted on the FedBizOpps website at: www.fbo.gov. If you do not have internet access, a hard copy of the solicitation may be requested. Only written or emailed requests for solicitation received directly from the requestor are acceptable. All responsible sources may submit a proposal, which will be considered by the agency. All potential offerors should contact the contract specialist identified above for additional information and/or to communicate concerns. For questions regarding Small Business or Small Disadvantage Business affairs contact Ms. Joan Turrisi at the DLA Small Business Office at (703)767-9465.
Contracting Office Address:
1014 Billy Mitchell Blvd
San Antonio, Texas 78226
Place of Performance:
FOB Origin
United States
Primary Point of Contact:
Deena L. Baylis,
Contract Specialist
[email protected]
Phone: 210-925-5956
Fax: 210-925-8048
Secondary Point of Contact:
Betty J Hoge,
Contracting Officer
[email protected]
Phone: 210-925-1178
Fax: 210-925-8048