Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2017 FBO #5580
SOLICITATION NOTICE

J -- Transportation, Inspection, Testing, Cleaning, Repair and Maintenance (NAICS code 811310) of Leased Bulk Fuel Containers

Notice Date
3/2/2017
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
SPE600-17-R-0713
 
Point of Contact
Bernard Mage, Phone: 7037676499, Jeremy S. Babb, Phone: 7037679687
 
E-Mail Address
bernard.mage@dla.mil, jeremy.babb@dla.mil
(bernard.mage@dla.mil, jeremy.babb@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Synopsis This is a Synopsis is to notify industry of Commercial Services requirements that are currently being prepared into a solicitation in accordance with FAR Subpart 12.6 and FAR 13 by DLA Energy. We expect to post the solicitation no later than the week of March 6th - 10th, 2017. Defense Logistics Agency - Energy (DLA-Energy) has a requirement for the Transportation, Inspection, Testing, Cleaning, Repair and Maintenance (NAICS code 811310) of Leased Bulk Fuel Containers located on Hawaii on behalf of the Department of Defense (DOD). The requirement is for a contractor to assume the responsibility to perform Periodic Cleaning, Maintenance and Testing as well as Performance of Mandatory Integrity Tests on approximately 25 (twenty-five) Intermodal Bulk Fuel Containers (ISO Tanks) currently being stored at Hickam AFB, HI. A Performance Work Statement (PWS) and applicable attachments will be included in the solicitation. The services required will be for the Contractor to: - Contractor will be required to perform periodic cleaning, maintenance and testing of containers. - Contractor will be required to furnish transportation of containers to/from various locations in Honolulu, to include the Sea Ports for either onward movement by vessel or ground movement to local storage. - Contractor will be required to clean and perform mandatory integrity tests on intermodal bulk fuel containers currently being stored at Hickam AFB, HI. Containers are due a 5-year re-certification and re-certification must be completed prior to loading and transportation of product(s). - Contractor will be required to perform/arrange 5-year re-certification testing. - Contractor will be required to furnish transportation of containers to/from certifying facility. - Contractor will be required to clean containers prior to testing. - Contractor will be required to dispose of any residual product that may be present in the containers prior to cleaning, testing, and/or re-certifying (costs for residue disposal shall be included in the cost for cleaning and inspection and not priced separately). - Contractor may be required to arrange for repairs of bulk fuel containers requiring repair(s) on order to ensure cleaning and integrity tests are completed. Contractor is required to submit details/costs on any identified repairs to Government to obtain approval prior to repairs being performed. The Contractor shall also be responsible for maintaining reliable service, including but not limited to such items as environmental compliance, transportation & maintenance of the Containers, minor equipment repairs, labor, and overhead costs. The Government anticipates evaluating the offers based on Lowest Price Technically Acceptable (LPTA) evaluation procedures where Price, Past Performance (up to 3 years), and Technical Acceptability are evaluation factors. The Government intends to award a firm fixed price, single award of a Requirements type service contract with a base performance period of one year with 2 one-year option periods. The base period of performance is expected to begin April 1, 2017 through March 31, 2018. To submit an offer and be considered during evaluation for an award, contractor's must be registered in the System for Award Management (SAM -formerly CCR) database which can be accessed at the website http://www.sam.gov/portal/SAM/. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number in order to register to the Online Representations and Certifications Application (ORCA) website. Additional Information available at this time (not all-inclusive): A. Place of Performance: Loading Point(s): - Hickam, AFB - DFSP Pearl Harbor - Port at Pearl Harbor Discharge Point(s):- Hickam, AFB - DFSP Pearl Harbor - Port at Pearl Harbor B. Storage Point(s) - Joint Base Pearl Harbor Hickam (JBPHH) C. ISO Tank containers are large Stainless Steel Pressure Vessels held within a 20-foot ISO used for the Transportation and Storage of Bulk Liquids between locations. • Average Height: 8'6" • Average Width: 8' • Average Length: 20' • Average Max Fill Capacity: 6,340 USG D. Grade of Product (carried previously in containers): • Fuel System Icing Inhibitor (FSII) • Lube Oil - 6 (LO6) • LTL • F24/JAA with additives
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-17-R-0713/listing.html)
 
Place of Performance
Address: Containers are to be picked-up from and returned to Hickam AFB, HI, Hickam AFB, Hawaii, United States, Hackim, Hawaii, United States
 
Record
SN04421356-W 20170304/170302235746-521d14289c8447ff73fa799efc64e898 (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.