SOURCES SOUGHT
J -- DLA FUELS MARINE LOADING ARM PROJECT - Draft DEFENSE LOGISTICS AGENCY-ENERGY
- Notice Date
- 12/31/2015
- Notice Type
- Sources Sought
- NAICS
- 213112
— Support Activities for Oil and Gas Operations
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-16-R-TBD
- Archive Date
- 1/22/2016
- Point of Contact
- Aquiller E. Cole, Phone: 2568951117
- E-Mail Address
-
aquiller.cole@usace.army.mil
(aquiller.cole@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Perforamance Work Statement (PWS) for Marine Loading Army (MLA) Project. In support of the DLA - Fuels Program, the U.S. Army Engineering and Support Center in Huntsville, Alabama DLA Fuels Program to provide Emergency Repair, Minor Repair, and Records Management for marine loading arms and related appurtenances at petroleum facilities on military installations in CONUS and OCONUS in compliance with code, criteria, regulations, and laws of the United States (state and federal). 1. Contract Information: The U.S. Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award a task order contract under one of the program's Basic Ordering Agreement for the maintenance and repair of federally funded and DLA-E capitalized marine loading arms and related appurtenances in order to provide compliance with applicable code, criteria, and federal, state, and local regulations at the following sites: Akasaki, Japan; Charleston DFSP,NC; Craney Island, VA; DFSP San Pedro, CA,; Elgin, FL; FISC Manchester, WA; DFSP Guam, Guam; Hakozaki, Japan; Hurlburt, FL; Iorizaki, Japan; Iwakuni, Japan; FISC Jacksonville, FL; JAX-Mayport, FL; Langley AFB, VA; MCAS Beaufort, SC; NAS New Orleans, LA; Rota, Spain; San Diego (PT Loma), CA; Whidbey Island, WA; Yokose, Japan, and Yorktown, VA. The Contractor 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. The task order award contemplated will be for a base year and up to four (4) option periods, not to exceed five (5) years. The task order contemplated would be procured in accordance with FAR Part 12. The Government is performing market research in order to determine which businesses, large and small, possess the interest and capability to execute the requirements of this anticipated request for proposal (RFP). Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms. 2. Project Information: The U.S. Army Engineering and Support Center in Huntsville (CEHNC), provides direct support to the Defense Logistics Agency - Energy (DLA-E) Petroleum Facilities Maintenance and Repair Program. The mission of the DLA-E Petroleum Facilities Maintenance and Repair Program is provide recurring maintenance (quarterly, semi-annual, and annual) and minor repair/minor construction services at Government petroleum facilities in the continental United States (CONUS) and outside of the continental United States (OCONUS). 3. Submission Requirements: This sources sought announcement is unrestricted to allow small and large businesses to respond. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 213112 and Personal Service Code. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to aquiller.cole@usace.army.mil no later than 8:00AM CST on 7 Jan 16 in the following format: Submissions should not exceed ten- 8.5 inches x 11 inches pages (five pages if printed two-sided). The submission should address all questions in the sources sought questionnaire below and your ability to perform the work, obtain the necessary financing, etc. In addition to submitting a response to the sources sought questionnaire, interested firms are invited to review the attached draft scope of work and provide comments. There is no specified page limit or format for feedback on the draft scope. This synopsis is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Ms. Aquiller Cole, Contract Specialist at aquiller.cole@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. SOURCES SOUGHT QUESTIONNAIRE 1. What is the name of your business? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address. 4. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? (Specify all that apply.) 5. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), and/or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) 6. Provide at least 1 example, no more than thee, of the same or similar projects for which you were the prime contractor, joint venture partner or first tier subcontractor responsible for the development, financing, and/or management of the design, construction and/or post construction operation. Identify the contract number, scope of your contractual responsibilities, the location, client, and size of project in terms of construction and/or repair costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-R-TBD/listing.html)
- Place of Performance
- Address: Akasaki, Japan; Charleston DFSP,NC; Craney Island, VA; DFSP San Pedro, CA,; Elgin, FL; FISC Manchester, WA; DFSP Guam, Guam; Hakozaki, Japan; Hurlburt, FL; Iorizaki, Japan; Iwakuni, Japan; FISC Jacksonville, FL; JAX-Mayport, FL; Langley AFB, VA; MCAS Beaufort, SC; NAS New Orleans, LA; Rota, Spain; San Diego (PT Loma), CA; Whidbey Island, WA; Yokose, Japan, and Yorktown, VA., Huntsville, Alabama, United States
- Record
- SN03980954-W 20160102/151231233533-3534ee6295b1a684b64b6a2a4fcba5d0 (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 |