Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2017 FBO #5557
SPECIAL NOTICE

99 -- Request for Information DLA Fuels Recurring M&S Airforce 8 - RFI AF8_7Feb2017

Notice Date
2/7/2017
 
Notice Type
Special Notice
 
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-17-R-0002
 
Point of Contact
Adam Humphrey, Phone: 2568951326
 
E-Mail Address
adam.t.humphrey@usace.army.mil
(adam.t.humphrey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI AF8 Questionnaire_7Feb2017 RFI AF*_7Feb2017 AF8 PWS Request for Information US Army Corp of Engineers, Huntsville Center DLA Fuels Program Recurring Maintenance & Minor/Emergency Repair for Airforce Phase 8 NAICS: 213112 - Support Activities for Oil and Gas Operations This Request for Information (RFI) is to be used for market research purposes for the Airforce Phase 8 Recurring Maintenance and Minor Repair requirement. It will be used for information/preliminary planning purposes ONLY. This will determine vendor capability and interest based upon responses to the attached questionnaire. Proposals are NOT being requested or accepted; therefore, no contract shall be awarded, and no reimbursement will be made (for any costs associated with providing information) in response to this request or any follow up informational requests. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Fed Biz Opps (FBO). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Background: The DLA-E Petroleum Facilities Maintenance and Repair Program provides recurring maintenance (quarterly, semi-annual, and annual) and minor repair/minor construction services at US Government petroleum facilities worldwide. General Overview: This requirement will be for Recurring Maintenance and Minor/Emergency Repairs. The Contractor shall provide inspections, preventive maintenance, minor repair, minor construction and incidentals necessary to conduct recurring maintenance and minor/emergency repairs of DLA-Energy capitalized petroleum facilities at the below mentioned installations. North American Industrial Classification System (NAICS) Code 213112 is applicable to this acquisition. Award of a Firm-Fixed Price (FFP) Ordering Agreement will be made. The proposed award will consist of one base period of performance and up to four optional periods of performance. The 23 Site locations are as follows: Ft. Smith Map Site #1(FSM), Little Rock Airforce Base Site #1(LRG), Barksdale Airforce Base Site #1 (BAR), Altus Airforce Base Site #1 (ALT), Tinker Airforce Base Site #1 (TKR), Tulsa IAP Site #1 (TUL), Vance Airforce Base Site #1 (VNC), Will Rogers World APT (WRF), Camp Bullis Training Annex site #1 (BRO), Carswell Air Reserve Station Site #1(HEN), Dyess Air Force Base Site #1 (DYE), Ellington Field Site #1 (ELL), Ellington Field Site #2 (EFS), Ft. Sam Houston (FSH), Goodfellow AFB Site #1 (GDF), Hensley Field Air Guard Station Site #1 (HGS), Kelly Field Annex Site #1 (KEQ), Lackland Airforce Base Site #1 (LLD), Lackland Airforce Base Site #1 ANG (TAG), Lackland Training Annex Site #1 (MPY), Laughlin AFB Site #1 (LAU), Randolph Airforce Base Site #1 (RAN), and Sheppard Airforce Base Site #1 (SHP). The response date for this Request for Information is by the close of business on February 21, 2017. No collect calls will be accepted. All responses to this RFI must be submitted via e-mail to Adam Humphrey, Contracting Specialist, at Adam.T.Humphrey@usace.army.mil. The Contracting Officer information is Lisa.M.Hendrix@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-17-R-0002/listing.html)
 
Place of Performance
Address: USA, United States
 
Record
SN04393680-W 20170209/170207234936-264ae9b18e0be019a3559992ba9d063f (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 |
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.