MODIFICATION
S -- Pre-Solicitation Defense Logistics Agency Energy (DLA-E) Program Basic Ordering Agreement
- Notice Date
- 11/2/2012
- Notice Type
- Modification/Amendment
- NAICS
- 213112
— Support Activities for Oil and Gas Operations
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-12-R-0050
- Response Due
- 11/30/2012
- Archive Date
- 1/29/2013
- Point of Contact
- Mark Dillinger, Phone: 2568951715
- E-Mail Address
-
mark.w.dillinger@usace.army.mil
(mark.w.dillinger@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- *** PLEASE READ *** The solicitation number has changed from W912DY-12-R-0050 to W912DY-12-R-0052. The RFP will be posted as a combined synopsis/solicitation W912DY-12-R-0052 on or about Nov 2, 2012. *************************************************** This pre-solicitation notice is posted to publicize the Government's intent to issue Basic Ordering Agreements (BOAs) to all qualified offerors who exhibit the required technical capabilities, specialized experience, and past performance in providing petroleum facilities maintenance and repair services for the Defense Logistics Agency Energy (DLA-E) program. Requirement: Under this BOA, potential offerors will be responsible for properly maintaining and repairing federally funded petroleum systems and other facilities located at the Garrisons and military installations in order to provide compliance with code, criteria, and regulations. Petroleum system means an underground or aboveground storage tank, connected piping, ancillary equipment and appurtenances, and containment system, if any. The contractors shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct inspections, preventive maintenance, minor repair, and minor construction on the petroleum systems. Contractors shall be required to maintain petroleum systems, equipment, and accessories to operate reliably and satisfactorily. Preventive maintenance tasks will be defined as recurrent, periodic or scheduled work to preserve a facility by preventing its deterioration. Minor and Emergency Repair services will also be required under this arrangement and will be defined as the restoration of a real property to such a condition that it may effectively be utilized for its designated purpose by overhaul, reprocessing or replacement of constituent parts or materials that have deteriorated by action or elements or usage and that have not been corrected through maintenance. Periodic testing of systems/components, generally on a quarterly basis, is included within the DLA-E definitions of maintenance and repair. Other repair may be ordered by the installations for non-petroleum systems such as for separators, piping, tanks, sewers, storm drains, or requirements to meet compliance with applicable laws and regulations. The intent of this BOA is to capture all of the services required by DLA-E. Any minor construction that may occur is considered incidental. Evaluation Criteria Overview: Each offeror will be evaluated for technical capability and will be rated as "Acceptable" or "Unacceptable". To receive a BOA, an offeror must receive an "Acceptable" rating for technical capability. BOAs will be established with companies who meet all the technical and specialized experience and demonstrate successful past performance in: 1) Technical Capability Technical Approach Specialized Experience 2) Past performance will be assessed by the Government for demonstrated petroleum facilities maintenance and repair services. The offeror's will be required to submit relevant and recent examples. Potential BOA holders must also be determined Responsible as prescribed in Federal Acquisition Regulation (FAR) 9.1. Expected DLA-E Requirements for the next 12 months include (but not limited to): Southeastern US Phase 1 Army Sites (17 Installations) Southeastern/Northeastern US Phase 2 Army Sites (24 Installations) Southwestern/Northwestern US Phase 3 Army Sites (23 Installations) Western Region US Phase 4 Army Sites (37 Installations) Pacific Army Sites (10 Installations) Southeastern US Phase 1 Navy Sites (13 Installations) Southeastern US Phase 2 Navy Sites (12 Installations) Western Region US Phase 3 Navy Sites (20 Installations) Western Region US Phase 4 Navy Sites (12 Installations) Pacific Navy Sites (27 Installations) Phase 1 Air Force Sites (9 Installations) Phase 2 Air National Guard Sites (20 Installations) Phase 3 Air National Guard Sites (20 Installations) Phase 4 Air National Guard Sites (20 Installations) Phase 5 Air National Guard Sites (30 Installations) Phase 6 Air Force Sites (20 Installations) Phase 7 Air Force Sites (20 Installations) Phase 8 Air Force Sites (20 Installations) Phase 6 Air Force Pacific Sites (50 Installations) It is estimated the program requirements for this action will total $400M over a five (5) year period. The BOAs will be reviewed annually. In addition, an annual pre-solicitation notice will be issued to provide the projected requirements for the upcoming year. At that time, new firms may submit proposals to join the BOA pool. Once BOAs are established, it is the Government's intent to solicit only those firms holding a BOA for this requirement; however, this does not preclude other firms from submitting proposals. Each Order RFP will be posted on the FedBizOpps through the Army's Single Face to Industry (AFSI) portal for public awareness. All Orders will be solicited on a Firm Fixed Price basis. All proposals received will be evaluated in accordance with established criteria unique to each Order requirement. The BOA itself is not a contract. The orders against the BOA will become binding contracts upon award. The Government reserves the right to reject any and all offers. Offeror's are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only and will be available on or about 14 Oct 12. Note: Response Date referenced under General Information does not refer to the proposal due date. The estimated BOA Proposal Due Date is 7 Nov 12 and will be stated in the solicitation. Contracting Office Address: USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301 Place of Performance: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL 35807-4301 US Point of Contact(s): Mark W. Dillinger, mark.w.dillinger@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0050/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02923532-W 20121104/121102233847-45bc5230d80edf14e02e8a7abb1bf171 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |