Liquid Nitrogen (LN2)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Jan 19, 2024 12:26 pm CST
- Original Published Date: Jan 18, 2024 01:38 pm CST
- Updated Response Date: Feb 01, 2024 03:00 pm CST
- Original Response Date: Feb 01, 2024 03:00 pm CST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Feb 16, 2024
- Original Inactive Date: Feb 16, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: San Antonio , TX 78226USA
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 Aerospace is to identify potential sources and solicits industry to express their capability and interest to provide all the production related facilities, raw materials, supplies, management, tools, equipment and labor necessary for the manufacture of Liquid Nitrogen (LN2).
Specification Requirements:
Liquid Nitrogen (LN2), (NSN 6830-01-663-6199) shall meet the requirements of Type II, Grade B, 99.5 % minimum purity, Commercial Item Description A-A-59155, January 2, 2008.
Potential Locations:
- Norfolk Naval Base
- Norfolk Naval Shipyard located in Portsmouth
Anticipated Period of Performance:
This potential requirement has an estimated 5-year requirement, 1 October 2024 through 30 September 2029.
Estimated Quantities for this potential requirement:
- Norfolk Naval Base
3,000 US Gallons (UG6) annually
- Norfolk Naval Shipyard located in Portsmouth
4,000 US Gallons (UG6) annually
Capability Statement:
Interested qualified organizations should submit a capability statement for this requirement. Statements should include an indication of current business size and a list of available ancillary services. The government would be interested in receiving capabilities information from interested suppliers regarding the following:
- Capability to fully meet the Liquid Nitrogen specifications. If there are parts of the specification that your company cannot meet, please list them.
- Capability to perform all the sampling/testing requirements listed in the specifications. If there are sampling/testing that your company cannot perform, please list them.
- Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed.
- Capability for a potential Federal Government Contract, your company must be registered in the System for Award Management (SAM) SAM.gov | Home. Is your company registered in SAM, and if so, what is your company's cage code and Duns #? 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.
Information Submission Instructions: All capability statements sent in response to this Sources Sought notice should be submitted to Abena Boateng, Contracting Specialist, abena.boateng@dla.mil and Willard M. Ramseur, Contracting Officer, willard.ramseur@dla.mil. All responses must be received by COB February 1, 2024, 3:00 p.m. CST.
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 Federal Business Opportunities. 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 proprietary, classified, confidential, or sensitive information should be included in your response.
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 5730 1525 WURTSMITH STREET
- JBSA LACKLAND , TX 78236
- USA
Primary Point of Contact
- Abena Boateng
- abena.boateng@dla.mil
Secondary Point of Contact
- WILLARD M RAMSEUR
- willard.ramseur@dla.mil
- Phone Number 2107804908
History
- Feb 16, 2024 10:55 pm CSTSources Sought (Updated)
- Jan 19, 2024 12:26 pm CSTSources Sought (Updated)
- Jan 18, 2024 01:38 pm CSTSources Sought (Original)