Paversol Solvent Asphalt
ID: W519TC25Q2099Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

Other Basic Inorganic Chemical Manufacturing (325180)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking qualified vendors to supply Paversol Solvent Asphalt, a specialized cleaning solvent essential for internal cleaning operations related to tar lining systems. The procurement involves six Intermediate Bulk Containers of Paversol, which is uniquely suited for this application due to its low evaporation rate, high flash point, and compatibility with existing systems, thereby preventing operational downtime and ensuring readiness. Interested parties must submit their quotes by January 20, 2025, at 10:00 AM Central Daylight Time, and all submissions must be sent to the primary contact, Casey Pratt, at casey.p.pratt.civ@army.mil. Additionally, vendors must be registered and active in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for a federal contract (No. W519TC25Q2099) dated January 13, 2024, for the procurement of biodegradable Paversol solvent asphalt in 275-gallon containers. The due date for offers is set for January 20, 2025, at 10:00 AM. The contracting office is the Army Contracting Command in Rock Island, Illinois, and the deliverables are to be shipped to the McAlester Army Ammunition Plant in Oklahoma by February 17, 2025. The solicitation includes detailed specifications regarding product requirements, including the necessity for safety data sheets and submission of technical specifications with the bid. It emphasizes using the specified brand and manufacturer, K and L Supply Inc. The document outlines the evaluation criteria as "Low price, responsible offer" without additional performance considerations. Various clauses are incorporated by reference, covering instructions to offerors, contract terms, and compliance with federal regulations. The document mandates adherence to standards for small business participation, ensuring contracts favor small and disadvantaged businesses. It also specifies procedures for payment submissions and questions regarding the solicitation. Overall, this solicitation reflects the government's procurement strategy and compliance requirements within the context of federal contracting.
    The document outlines the Justification for Sole Source and Brand Name Acquisitions under the Simplified Acquisition Procedures (SAP) for purchases exceeding $3,500 but below the Simplified Acquisition Threshold (SAT). It establishes that solicitations may be restricted to a single source if determined reasonable, requiring rigorous justification to support such a claim. The case presented involves the procurement of six Intermediate Bulk Containers of Paversol, designated for internal cleaning operations related to tar lining systems. Paversol is specified as the only suitable cleaning solvent due to its unique characteristics, such as low evaporation, high flash point, and compatibility with existing systems, making it indispensable for the task. Organic solvents currently in use pose risks to equipment integrity and are prohibited. The document emphasizes the necessity for this acquisition to prevent operational downtime at MCAAP, which could adversely affect readiness and revenue. It concludes with a reiteration of the specificity of Paversol's use and a concern for future competitive procurement actions.
    Lifecycle
    Title
    Type
    Paversol Solvent Asphalt
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dredge Jadwin Lube Oil for USACE MVK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking quotes from qualified small businesses for the procurement of lubricating oil for the Dredge Jadwin, specifically Exxon Mobil Gard 410 NC or Chevron 710 LE 40, along with the disposal of used oil. The contract will cover the delivery of up to 25,000 gallons of oil over a two-year period, from March 1, 2025, to February 28, 2027, with shipments averaging 2,000 gallons each, and the contractor will also be responsible for the removal and disposal of up to 11,000 gallons of used oil. This procurement is critical for maintaining the operational efficiency of the dredge while ensuring compliance with environmental regulations regarding oil management. Interested vendors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Javonta Roper at javonta.a.roper@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, with an estimated contract value of up to $334,375.00.
    FY25 CES Asphalt
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the supply of Hot Mix Asphalt (HMA) class “G” 3/8 64-28 oil asphalt for maintenance and repair at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering between 650 to 1,148 tons of asphalt, adhering to Washington State Department of Transportation (WSDOT) standards, with deliveries scheduled from April 3 to November 1, 2025, requiring a minimum 48-hour notice prior to delivery. This procurement is crucial for maintaining the infrastructure at Fairchild AFB and is set aside exclusively for small businesses under NAICS code 324121. Interested vendors must submit their quotes by March 12, 2025, and can contact Ryan A Moffett at ryan.moffett@us.af.mil or Sarah O'Neil at sarah.oneil.1@us.af.mil for further information.
    Chemical Biological Radiological Nuclear (CBRN) Water Hauler
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Product Manager Petroleum and Water Systems (PdM PAWS), is conducting a Market Survey to gather information for the Chemical Biological Radiological Nuclear (CBRN) Water Hauler program. This initiative aims to enhance the Army's capability to transport non-potable bulk water for decontamination operations during large-scale combat, integrating the CBRN Water Hauler with the M1083 5-ton Medium Tactical Vehicle and targeting an operational capacity of 800 gallons under extreme conditions. Interested companies are invited to participate in shaping the program's design and requirements, with responses due by January 30, 2025; they must adhere to strict guidelines regarding proprietary information and have an active System for Award Management (SAM) account. For further inquiries, interested parties can contact Deborah D. Sacker at deborah.d.sacker.civ@army.mil or by phone at 571-588-9228.
    Waste Closure Assembly
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for a firm fixed price contract to supply Waste Closure Assemblies, with a production quantity of 13 units required by February 3, 2025. These assemblies, classified under NAICS code 339113 and PSC code 7240, are critical components used in military operations, necessitating compliance with stringent military packaging and preservation standards. Interested contractors must submit their quotations electronically through SAM.gov and possess a current DD 2345 certification to access the Technical Data Package. The solicitation closing date has been extended to March 20, 2025, and all inquiries should be directed to Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    Oil and Grease Extractor
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking proposals from small businesses for the procurement of an Oil and Grease Extractor, essential for compliance with environmental regulations at the Portsmouth Naval Shipyard. The project involves replacing an obsolete unit used for monthly dry dock testing under the Code 106 NPDES program, including the provision of installation, calibration, and user training, along with a 12-month warranty for parts and labor. This procurement underscores the importance of reliable equipment in maintaining operational standards and environmental compliance. Interested contractors must submit their quotes by March 9, 2025, at 3:00 PM EST, via email, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Robert Dowdle at robert.dowdle@dla.mil.
    1,2,4 butanetriol (BT) Synopsis
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the procurement of 1,2,4 butanetriol (BT), specifically manufactured by PENNAKEM, LLC. The requirement includes the delivery of twenty-one 55-gallon drums, totaling 10,500 pounds, sourced from a maximum of three homogeneous lots, with the first contract award anticipated in the third quarter of FY25. This chemical is critical for various defense applications, and the procurement will follow a competitive process under NAICS Code 325199 and PSC Code 6810, utilizing a Firm-Fixed Price contract type and a Lowest Price Technically Acceptable (LPTA) source selection method. Interested vendors must register in the System for Award Management (SAM) and submit a capabilities statement by March 13, 2025, to be eligible for consideration. For further inquiries, vendors can contact Diane Hicks at diane.d.hicks.civ@us.navy.mil.
    Solicitation Amendment 0001_SPE60125R0303 JP-10 AND PF-1
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for a five-year contract to produce and store high-density synthetic hydrocarbon propellant (JP-10) and priming fluid (PF-1) to support U.S. defense and aerospace operations. Contractors must provide all necessary facilities, materials, and labor to manufacture these products, ensuring compliance with strict military specifications and quality control standards. The procurement is critical for maintaining a reliable supply of aerospace energy products essential for national defense and space programs. Interested parties must submit their proposals by March 25, 2025, with all inquiries directed to Tammie Campbell at tammy.campbell@dla.mil or by phone at 210-760-5641.
    Supply Blanket Purchase Agreement
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide E-36 Liquid Deicing/Anti-Icing Fluid, which must be at least 50 percent potassium acetate by weight and include corrosion inhibitors. The liquid must be nonflammable, not separate during storage, have a freezing point of minus 60 degrees Celsius or lower, and be effective to minus 29 degrees Celsius. It must not require special storage and must not contain urea or glycol. The quantities will be determined on individual BPA calls, and all quantities shall be delivered in bulk to Fort Drum, NY. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
    Propane Service / Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for propane service and repair at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to secure a contractor for the supply, installation, and maintenance of propane tanks, including refueling and tank relocation services, over a five-year period. This contract is crucial for ensuring a reliable fuel supply while adhering to safety and environmental regulations. Interested small businesses must submit their proposals, including a pricing sheet and past performance references, by the specified deadline, and are encouraged to contact Brian Dionysius at Brian.K.Dionysius.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information. A site visit is scheduled for March 13, 2025, to assess project conditions.
    VARIOUS EPOXY PAINT KITS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime-Portsmouth), is seeking qualified small businesses to provide various epoxy paint kits in compliance with MIL-PRF-23236D standards. The procurement includes general-purpose epoxy paint and specialized products, with requirements for Material Safety Data Sheets (MSDS) and Certificates of Quality Conformance to ensure safety and quality compliance. These materials are critical for ship maintenance and construction, emphasizing the government's commitment to high-quality standards in defense procurement. Interested vendors must submit their quotes by March 7, 2025, and can contact Jannell Moriarty at jannell.moriarty@dla.mil or 207-438-6395 for further information.