Federal Bid

Last Updated on 15 Mar 2021 at 8 PM
Solicitation
Location Unknown

OCONUS Fuels Investigative Lab Testing

Solicitation ID SPE603-21-R-0506
Posted Date 15 Mar 2021 at 8 PM
Archive Date 01 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Energy
Agency Department Of Defense
Location United kingdom of great britain and northern ireland

This is a reposting referencing presolicitation SPE603-21-R-0506. The previous presolicitation number SPE603-20-R-0508 is now amended to read SPE603-21-R-0506. Solicitation number SPE603-21-R-0506 will be issued to acquire fuels investigative laboratory testing services in Europe, Africa and the Middle East.

The Defense Logistics Agency (DLA) Energy FESDB will be issuing a Request for Proposals (RFP) for Fuels Investigations Laboratory Testing Services in Europe, Africa, and the Middle East locations.  Services will include, but not be limited to, the analysis of petroleum and related products, per applicable U.S. Government, Federal, and commercial specifications and standards of the following products:

1. Aviation Turbine Fuels
2. Gasolines
3. Middle Distillates (Diesel Fuel, Marine Fuel, Kerosene Fuel Oils)
4. Residual Fuel Oils
5. Lubricating Oils/ Engine Oils
6. Additives (i.e. Corrosion Inhibitors (CI), Lubricity Improvers, Anti-static Additives, Antioxidants,
Metal Deactivators, Fuel System Icing Inhibitors (FSII), Detergents, Cetane Improvers, Pour Point
Depressants and Flow Improvers)
7. Biofuels, Synthetic Fuels, Blends of Petroleum Fuel and Biofuel/Synthetic at different ratios

Fuels Investigations Laboratory Testing Services are required 24 hours, 7 days per week. In addition, the laboratory shall be capable of performing or providing state-of-the-art qualitative and quantitative compositional analyses of fuels and related materials to include, but not limited to, the following:

◾ Gas Chromatography/ Mass Spectrometry (GC-MS, GCxGC-MS)
◾ Thin-layer liquid Chromatography (TLC)
◾ High-Performance Liquid Chromatography (HPLC)
◾ Atomic Absorption Analysis (AA)
◾ X-Ray Fluorescence Spectroscopy (XRF)
◾ X-Ray Spectroscopy / X-Ray Diffraction (XRD)
◾ Jet Fuel Thermal Oxidation Test (JFTOT)
◾ Ellipsometric Tube Rater (ETR) for JFTOT
◾ Nuclear Magnetic Resonance Spectroscopy (NMR)
◾ Infrared Spectroscopy (FTIR)
◾ UV-Visible Spectroscopy (UV-VIS)
◾ Scanning Electronic Microscope (SEM)
◾ Inductively Coupled Plasma –Mass Spectrometry (ICP-MS)
◾ Microbial Testing
◾ Hazardous Materials analysis per the Environmental Protection Agency's SW-846: Test Methods for Evaluating Solid Waste

The laboratories shall have fuels related expertise, personnel/manpower and equipment to perform and complete the tests within the time period, as stated in the contract task orders. Contractor shall perform in compliance with the approved standards as established by each individual task order for Fuel Investigations and Emergency Fuel Investigations. The contractor shall be measured on submitting reports and completion of work that satisfies deadlines contained within the PWS and implemented by task orders. These detailed reports will outline the problem, any corrective action proposed, and timeline for work completion, and the
outcome of the laboratory investigations.

This procurement will be unrestricted under NAICS code 541380 (Testing Laboratories) with a size standard of $16.5 million dollars. The Government anticipates awarding a Fixed Price Requirements type contract. The resultant contract will include a two-year base period of performance from August 1, 2021 through July 30, 2023 with one (1) two-year option period from August 1, 2023 to July 31, 2026 and the option to extend, not to exceed six months, in accordance with FAR 52.217-8. The procurement will be full and open competition.

The solicitation will be posted on or after April 9, 2021 and the Request for Proposal (RFP) will close about 45 days later. The solicitation will be published electronically on the beta.SAM.gov website. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and the Procurement Intergrated Enterprise Environment (PIEE).

This is not a 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.

Bid Protests Not Available

Similar Past Bids

Location Unknown 13 Oct 2020 at 7 PM
Location Unknown 14 Dec 2020 at 8 PM
Location Unknown 11 Apr 2022 at 7 PM
Location Unknown 25 Apr 2022 at 7 PM

Similar Opportunities

Location Unknown 28 Jul 2025 at 4 AM
Location Unknown 11 Jul 2025 at 7 PM
Washington District of columbia 13 Feb 2029 at 5 AM (estimated)
Washington District of columbia 22 Feb 2029 at 5 AM (estimated)
Washington District of columbia 22 Feb 2029 at 5 AM (estimated)