SOURCES SOUGHT
M -- COCO Storage and Alongside Refueling Services
- Notice Date
- 12/27/2013
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-14-R-0507
- Point of Contact
- Wing Yi Wong, Phone: 7037679327, Monica T. Fass, Phone: 703 767-9335
- E-Mail Address
-
wing.wong@dla.mil, monica.fass@dla.mil
(wing.wong@dla.mil, monica.fass@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. It seeks information from small business sources that can provide fuel management services. No solicitation is being issued at this time. This notice replaces DLA Energy notices under SP0600-13-R-0509. Under this solicitation, the Defense Logistics Agency Energy is procuring services for the receipt, storage and issue of bulk jet fuel (JP8) and DL2l fuels. The Service Provider (SP) shall perform services to include fuel operations, maintenance, support operations, management, and administration pertaining to the receipt, storage, handling, and issue of Government-Owned Fuel Product. The SP shall provide Contractor Owned, Contractor Operated (COCO) bulk and retail facilities to support the airfield operations, and in addition, provide alongside aircraft refueling services at the Godman Army Airfield (GAAF) on Ft. Knox, KY. The SP shall establish, operate, and maintain two COCO bulk/retail fuel service point at sites designated by the Government, and perform alongside aviation refueling services with contractor- furnished refuelers at GAAF. Specific requirements for each site will be listed in the Performance Work Statement (which will be posted when the solicitation is issued). The Service Provider (SP) will provide fuels management services to include alongside aircraft fuel delivery, operation and maintenance of bulk fuel facilities, inventory accountability, fuel operations, product receipts, bulk product issues, automated dispensing key management, product quality, and environmental compliance at Ft. Knox, KY, using best commercial standards. The SP shall be responsible for and furnish as required all personnel, equipment, material and/or facilities necessary for providing these services. The government will award one firm-fixed-price contract as a result of this requirement for a five-year base period beginning in 2014, with three, five-year options to renew (total of 20 years.) The Contract will be subject to FAR 52.222.41, the Service Contract Act of 1965, As Amended. The proposed solicitation is being considered for a set-aside under small business programs. The North American Industry Classification System (NAICS) Code is 493190 and the size standard is $25.5 million in annual receipts. The Government is interested in the responses to this notice from the following types of businesses: Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses to the sources sought notice shall not exceed 5 pages. The Government will use this information, in addition to other information obtained, to determine whether the solicitation will be set aside for Small Business. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 1500 hours local Ft Belvoir time on January 27, 2014. Only responses submitted via E-Mail will be considered. Please email all submissions to Ms. Wing Yi Wong at Wing.Wong@dla.mil. Interested companies should address the following in their response: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contracts for similar fuels management requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO/AAR fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year contract at one or more locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? The base period of performance for the resulting contract will be five years, with three, five- year options to renew for a possible 20 year contract. Performance is expected to begin in late 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-14-R-0507/listing.html)
- Place of Performance
- Address: TBD, Fort Knox, Kentucky, United States
- Record
- SN03258849-W 20131229/131227233921-19471529a81ccac2bccc95ee153087b2 (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 |