SOURCES SOUGHT
V -- Title: Transport fuel by truck to various locations on the island of Oahu.
- Notice Date
- 2/9/2017
- Notice Type
- Sources Sought
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181
- ZIP Code
- 97232-4181
- Solicitation Number
- F17PS00301
- Response Due
- 2/24/2017
- Archive Date
- 3/11/2017
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror ¿s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 484220 (Specialized Freight (except Used Goods) Trucking, Long-Distance) Small Business Size Standard: $25.5 Million Product and Service Code (PSC): V112 (Motor Freight) The associated Statement of Work for these services is as follows: 1. GENERAL: The US Fish and Wildlife Service (USFWS), Midway Atoll National Wildlife Refuge has a requirement for transporting and pumping aviation fuel from the Defense Logistics Agency (DLA) located at the NA VSUP Fleet Logistics Center Pearl Harbor (FLCPH) on the Joint Base Pearl Harbor-Hickam via truck to various loading locations on the island of Oahu. Motor gasoline or "MOGAS" fuel (ethanol-free gasoline) is also required to be transported and pumped from commercial vendors to loading locations also on the island of Oahu. 2. SCOPE: 2.1 Contractor will transport up to 42,000 total gallons combined of aviation and MOGAS fuel. JP-5 (Jet Fuel) is disbursed from the DLA through FLCPH and MOGAS fuel is disbursed from a variety of commercial vendors on the island of Oahu. Both fuel types transported for USFWS needs occurs via truck to various locations on the island of Oahu including but not limited to Kewalo Basin and Kaneohe. The tank and piping on the truck must be cleaned to DLA standards before fuel is transported. Cleaning includes but is not limited to: draining all fuel residue from the tank and piping, flushing piping with water, machine washing the tank with water, and ensuring that the tank and piping are free of water (dry), loose rust, sludge, mud, silt, etc. before filling with fuel. DLA will not transfer fuel if the truck's tank is not clean. A copy of the complete "DLA Cleaning Standards, is available from DLA. Once the fuel reaches the desired delivery destination, it must be pumped "over-the-water" into nine 5,000 gallon (approx.) International Maritime Organization (IMO) tanks onboard the motor vessel Kahana owned by P&R Watertaxi. 111e contractor must be able to transport and pump up to 42,000 total gallons of fuel within a 2-day period. Contractor must operate under a current USCG Mobile Transfer Facility Permit. Contractor is required to list USFWS as "additional insured" on its Insurance Policy with respect to work performed under this contract using the following as a minimum: General Liability - $2 million; Aggregate, Auto. Liability - $5 million/to include MCS-90 coverage; Cargo Insurance - $30,000. Contractor must obtain base passes to access DLA at FLCPH on Joint Base Pearl Harbor-Hickam. 3. TASKS: 3.1 This general contract includes, but is not limited to transporting JPS two to four times a year from the DLA located at Joint Base Pearl Harbor-Hickam via truck to various locations on the island of Oahu including but not limited to Kewalo Basin and Kaneohe. 4. PLACE AND PERIOD OF PERFORMANCE: 4.1 Aviation fuel (JP-5) will be transported from the DLA located at Joint Base Pearl Harbor-Hickam and MOGAS fuel (ethanol-free gasoline) from commercial vendors-via truck to various locations on the island of Oahu including but not limited to Kewalo Basin and Kaneohe. 4.2 Base Year: March 2017 thru February 2018 or 3 Days after receipt of award, whichever is sooner 4.3 Option Period One: March 2018 thru January 2019 4.4 Option Period Two: March 2019 thru January 2020 4.5 Option Period Three: March 2020 thru January 2021 4.6 Option Period Four: March 2021 thru January 2022 5. EVALUATION AND ACCEPTANCE: 5.1 Evaluation and Acceptance will be determined by the Technical Coordinator/Refuge Manager. Transportation of fuel must occur on days stipulated by USFWS in order to facilitate vessel loading. 5.2 Protection of Government Property: During execution of the work, the Contractor shall take special care to protect Government property and in this case ensure that the fuel quality is not compromised by the tank used for transporting. In the event of an accident, the Contractor shall replace all contaminated or lost fuel. 6. GOVERNMENT FURNISHED EQUIPMENT/INFORMATION The Refuge Manager will provide guidance as required and will typically provide the contractor at least 7 days notice for fuel transporting. The Refuge Manager will assist the contractor as necessary to acquire access to Joint Base Pearl Harbor-Hickam and will request DLA provide at least 10hours of loading time at the FLCPH "DESC rack" each day. Examples include but are not limited to transporting 42,000 gallons of JP5 from FLCPH to Kewalo up to four times per year. 7. MATERIAL: While performing the designated tasks outlined in the submitted work order any major costs outside the scope of work will require prior approval from the Refuge Manager or designated Refuge staff. 8. AVAILABILITY: Normal duty hours Monday thru Sunday 7:00 a.m. - 5:00 p.m. In the event-of emergencies, the contractor shall provide contact information. 8.2 No duty hours include hours each day outside of 7:00 a.m. - 5:00 p.m. and federal government holidays (New Year's Day, Memorial Day, President's day, Fourth of July, Thanksgiving, Columbus Day, Christmas). 8.3 Emergency/Miscellaneous maintenance functions may be required to be scheduled during non-duty hours due to the nature of the work or specific scheduling requirements. Emergency work is required when immediate action to correct or prevent loss or damage of Government property, or to eliminate hazards to personnel or equipment. 9.QUALITY CONTROL (QC): See clauses for inspection and acceptance for commercial supplies/services. QC will be maintained according to industry standards and made available to the agency upon request. 10.QUALITY ASSURANCE (QA): See clauses for inspection and acceptance for commercial supplies/services. 11.TECHNICAL COORDINATOR Name: Bob Peyton, Phone: office (808) 954-4818, cell (503) 724-2204, Fax: (808} 772-5311, bob_peyton@fws.gov CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for similar work listed under `GENERAL INFORMATION. ¿ Firms shall provide no more than five (5) projects. Each project shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to asphalt replacement work listed under `GENERAL INFORMATION. ¿ INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm ¿s responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES. ¿ 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government ¿s project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PST) on February 24, 2017. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00301/listing.html)
- Record
- SN04396950-W 20170211/170209234226-53d95e9a55d3184fe841bd4d4d3ea2dc (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 |