Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

99 -- DLA Energy Aerospace Bulk High Purity Hydrazine (HPH) and H70 Production and Storage

Notice Date
5/1/2025 1:03:41 PM
 
Notice Type
Sources Sought
 
NAICS
325180 — Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
 
ZIP Code
78236
 
Solicitation Number
SPE60125R0HPH
 
Response Due
5/9/2025 8:00:00 AM
 
Archive Date
05/24/2025
 
Point of Contact
Tammie Campbell2107605641, Phone: 2107605641
 
E-Mail Address
Tammie.Campbell@dla.mil
(Tammie.Campbell@dla.mil)
 
Description
INTRODUCTION: This Sources Sought notice, issued by the Defense Logistics Agency (DLA) Energy-FEM, San Antonio, Texas, is for market research purposes only. This is NOT a solicitation for proposals, and no awards will be made based on responses. Information received will inform the acquisition strategy for a potential future procurement. DLA Energy seeks to identify potential sources capable of and interested in the production and storage of bulk High Purity Hydrazine (HPH) and Propellant, Hydrazine Water 70-30 (H70), delivered FOB Origin. The contractor would be responsible for providing all necessary production facilities, materials, equipment, labor, and management, including storage and transfer of finished products in DOT-approved packaging or bulk trailers to DLA customers and/or Energy Aerospace Supply Points (EASPs). The government may contract for all, some, or none of the requirements described herein, including the capability to offer DLA storage capacity for government-owned finished goods and manage contractor-furnished cylinders/drums. NAICS Code: 325180 � Other Basic Inorganic Chemical Manufacturing. Size Standard: 1,000 employees Scope of Requirements: The contractor shall be responsible for all production-related activities, including providing facilities, raw materials, supplies, management, tools, equipment, and labor necessary for manufacturing HPH and H-70. Facility and Operations: The contractor shall provide bulk storage tanks and warehouse space for drummed products and shall distribute government-owned HPH and H-70 while maintaining product specifications. The facility will be designated as an EASP, requiring compliance with DLA Energy P-11, Energy Aerospace Storage Points, to ensure accountability and control over government-owned products. Products: High Purity Hydrazine (HPH) conforming to MIL-PRF-26536G w/Amendment 1 (dated July 13, 2021) Propellant, Hydrazine Water 70 (H70) conforming to MIL-PRF-87930C w/Amendment 1 (dated June 26, 2021) Product Distribution: The government will coordinate approved carriers for bulk HPH and drummed H70 shipments. Bulk Storage and Warehousing Requirements: The contractor shall provide a minimum of two (2) HPH storage tanks with a combined usable capacity of at least 250,000 pounds and dedicated warehouse space for drummed products. The contractor shall also possess the ability to receive and distribute HPH from bulk tanks into trucks and drums. Estimated Annual Quantities and Location: Location: Vendor�s facility (To Be Determined) HPH (Bulk): 198,000 lbs annually for five years (total estimated quantity: 990,000 lbs) H-70 (Drummed): 5,200 lbs annually for five years (total estimated quantity: 26,000 lbs) Unit of Measure: U.S. Pound (lb) Monthly/Ancillary Services: The requirement shall include the following ancillary services: Monthly Maintenance Facility Fee, 60 months Cylinder Re-certification Testing, 5 each Evacuation and Purging of Cylinders/Drums/Containers, 5 each Miscellaneous Services - Precision Cleaning to Level 100A, 5 each Anticipated Period of Performance: Five years, September 20, 2025, through September 19, 2030. Anticipated Contract Type: One (1) Firm-Fixed Price Requirements contract. CAPABILITY STATEMENT: Interested and qualified organizations should submit a capability statement addressing the following: a. Capability to fully meet the product specifications. Describe your experience in the HPH and H-70 industry and your ability to meet all requirements for the entire period of performance. Address any previous force majeure events and their potential impact on this requirement. List any parts of the specification that your company cannot meet. b. Capability to perform all required sampling and testing per the specifications. List any sampling/testing requirements that your company cannot perform. c. Capability and willingness to allow government quality assurance inspectors access to your production and load-out facilities to conduct quality assurance assessments as needed. d. Statement of your ability to meet the needs of all DLA customers. e. System for Award Management (SAM) Registration: Provide your company's CAGE code and Unique Entity ID if registered in SAM (https://www.sam.gov). If not currently registered, indicate your willingness to register. f. Company size, primary and secondary NAICS codes. If a Small Business (SB), identify your company�s size standard based on NAICS code 325180. g. Confirmation of the availability of bulk storage tanks and warehouse space. If not readily available, provide the acquisition lead time. h. Location (city and state) of your primary product manufacturing fill points/plants. SUBMISSION INSTRUCTIONS: Submit capability statements electronically to Contracting Officer Tammie Campbell at tammie.campbell@dla.mil no later than 10:00 AM Central Time on May 9, 2025. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the government to award a contract or pay for information provided. The government reserves the right to use information received for any necessary and legally appropriate purpose. Responses should be complete and sufficiently detailed to demonstrate qualifications. The government is not obligated to acknowledge receipt of information or provide feedback. A pre-solicitation synopsis and solicitation may be published on SAM.gov following review of the responses. Respondents will be added to the prospective offerors list for any subsequent solicitation. Responses to this notice will not be considered adequate responses to solicitation. CONFIDENTIALITY: Do not include classified, confidential, or sensitive information. Mark all proprietary information as such.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/906e433cd4674447984c91f2d8f8d4e3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07428735-F 20250503/250501230053 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.