Skip to main content

An official website of the United States government

You have 2 new alerts

Pre-Solicitation Notice/Synopsis SPE603-23-R-0502 Contractor-Owned, Contractor Operated (Coco) FSII Storage Services In East Coast; Southeast And California (LA Basin and San Francisco Bay)

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: Presolicitation (Original)
  • Original Published Date: Dec 14, 2022 02:20 pm EST
  • Original Response Date: Jan 11, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 493190 - Other Warehousing and Storage
  • Place of Performance:
    USA

Description

Defense Logistics Agency (DLA) – Energy – FESBB will be issuing a Request for Proposal (RFP/Solicitation) for a Contractor-Owned Contractor Operates (COCO) Fuel System Icing Inhibitor (FSII) storage services in the following areas of consideration: East Coast (Maryland, New Jersey, or Virginia), Southeast (North Carolina, South Carolina, or Georgia), California (LA Basin) and California (San Francisco Bay) on a 24 hour, 7 days per week basis. The requirement is for contract services and ancillary facilities for receiving, storing, protecting, and shipping U.S. Government-owned (FSII). Solicitation SPE603-23-R-0502 will be issued using best commercial practices and guidelines to meet the requirements of the Performance Work Statement (PWS).

This requirement is to procure a Contractor-Owned Contractor-Operated (COCO) storage and distribution facility with the capability to receive, store, protect, and ship U.S. Government-owned FSII. The Contractor shall provide facilities capable of loading FSII product onto tank trucks and intermodal containers on a 12-hour per day, 5-day per week basis (Monday – Friday) at pumping rates compatible with the facility and mode of transportation tendered (minimum 600 GPM per tank truck). The Contractor shall perform sampling and laboratory testing in accordance with the latest revisions of MIL-STD-3004-1A, Table XXIX Bulk Additive Periodic Testing, and sampling in accordance with MIL-DTL-85470, Inhibitor, Icing, Fuel System, High Flash NATO Code S-1745 and/or ASTM test methods. A summary, of storage requirements and timelines, is provided below:

Storage Fill Capacity Per Location                                          Product          Schedule

East Coast: 50,000 USG                                                            FSII             Available within six (6) months upon contract award

Southeast: 50,000 USG                                                             FSII             Available within six (6) months upon contract award

California (LA Basin): 50,000 USG                                            FSII             Available within six (6) months upon contract award

California (San Francisco Bay): 50,000 USG Gallons              FSII              Available within six (6) months upon contract award

Dedicated storage of 50,000 gallons (USG) fill capacity is required per location, for a total of 200,000 USG storage capacity. A minimum of two (2) tanks and isolated from other facilities and products handled within the storage facility is required. All storage must be available within the timeframes shown within the above table. This procurement will be unrestricted under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates awarding multiple contracts, one for each of the four (4) defined areas of consideration. The resultant contract(s) will include a five-year contract term, with the period of performance no less than 54 months commencing within 6 months of contract award. This procurement will be solicited under full and open competition. The Request for Proposal (RFP) will close about 45 days after posting. The solicitation will be published electronically on the SAM website at https://sam.gov/. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE).

Contact Information

Contracting Office Address

  • BULK PETROLEUM SERVICES 8725 JOHN J. KINGMAN ROAD
  • FORT BELVOIR , VA 22060
  • USA

Primary Point of Contact

Secondary Point of Contact

History