Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
MODIFICATION

M -- Bulk Storage Services - Amendment 6

Notice Date
2/15/2018
 
Notice Type
Modification/Amendment
 
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
SPE603-18-R-0502
 
Point of Contact
Keecha Elliott, Phone: 7037679318, Connie J. Song, Phone: 7037672395
 
E-Mail Address
keecha.elliott@dla.mil, connie.song@dla.mil
(keecha.elliott@dla.mil, connie.song@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Final Conformed Solicitation SPE603-18-R-0502 Amendment 0006 The purpose of Amendment 0006 is for the following: 1.) Extend Solicitation SPE603-18-R-0502 closing date from February 16, 2018 to February 22, 2018 at 1:00 PM Fort Belvoir, VA time. 2.) Final Solicitation SPE603-18-R-0502 with highlighted changes attached. The final version supersedes all previous versions. a.) In Solicitation SPE603-18-R-0502 FAR Clause ADDENDUM TO 52.212-1 - INSTRUCTIONS TO OFFERS - COMMERCIAL ITEMS (OCT 2015) under Volume I, Technical Proposal - was updated to state: Technical/Management Evaluation Sub-factor 1: Staffing - Technical, managerial, and operational details of manpower related issues to meet mission requirements. The proposal must provide a staffing approach which demonstrates understanding of the personnel requirements to successfully accomplish all PWS tasks. The proposal must provide a staffing matrix identifying manning by positions and shifts to perform all required tasks and cover required hours of operation for normal daily operations. The proposal must identify all required personnel positions and qualifications. The proposal must address requirements to respond to surge or contingency operations to ensure no mission delay or failure. The proposal must address any manpower issues such as compliance with Service specific requirements, impact of any applicable Status of Forces Agreements, and any applicable recognition of security clearance requirements. Technical/Management Evaluation Sub-factor 2: Operations - Technical, managerial, and operational details of supporting normal and contingency operations to meet mission requirements. The proposal must provide a concept of operations that demonstrates knowledge of product receipt, storage, issue, and transfer functions and should ensure requirements for normal daily operations are met. The proposal must address response to contingency and extended operations. The proposal must address procedures to maintain accountability and quality of DWCF product which will ensure compliance with DLA Energy Policies. Technical/Management Evaluation Sub-factor 3: Maintenance - Technical, managerial, and operational details of maintaining operational capability of facilities, vehicles, and equipment to meet mission requirements. The proposal must demonstrate understanding of planning, conducting, monitoring, and documenting operator, preventive, and other maintenance of systems, equipment, buildings, and grounds as required and in accordance with regulations and best commercial practices. Technical/Management Evaluation Sub-factor 4: Safety - Technical, managerial, and operational details incorporating federal, state, and local laws and regulations to ensure safe working environment. The proposal must provide procedures to be implemented to ensure all operations are conducted in accordance with federal, state, local, and international safety laws, regulations, and best commercial practices. The proposal must demonstrate knowledge and understanding of safety issues and specifically address hazards of products, lockout/tagout procedures, and confined space work rules. Technical/Management Evaluation Sub-factor 5: Security - Technical, managerial, and operational details of meeting physical, information, and personnel security requirements. The proposal must provide procedures to be implemented to ensure all aspects of security are maintained. The proposal must indicate a good knowledge of security performance requirements and must specifically address key control, visitor access control, Force Protection condition requirements, contractor personnel security/background checks, and protection of government computer systems and information. Technical/Management Evaluation Sub-factor 6: Environmental - Technical, managerial, and operational details of planning and conducting operations in compliance with environmental laws and regulations. The proposal must provide environmental performance requirements details and must specifically address spill prevention and response pertaining to fuel receipt, storage, and issue operations to be to ensure strict compliance with all applicable base, local, state, federal, and international environmental laws, regulations, and plans. Technical/Management Evaluation Sub-factor 7: Training - Technical, managerial, and operational details to ensure contractor personnel have requisite skills and associated training to accomplish all government requirements. The proposal must provide procedures to be implemented to ensure all contractor personnel are qualified and certified to accomplish all required tasks. The proposal must identify required courses and frequencies for maintaining personnel competence and method of documentation and certification. The proposal must also address the requirements for providing training to government personnel. Technical/Management Evaluation Sub-factor 8: Furnished Items - Technical, managerial, and operational details of providing and maintaining Contractor furnished items; maintaining and handling government-owned items to support normal and contingency operations to meet mission requirements. The proposal identify any Contractor furnished vehicles, equipment, and supplies for use in performing operations. The proposal must also identify any Contractor furnished safety items such as Personal Protective Equipment (PPE) or confined space equipment. The proposal should address quantity, condition, age, capabilities, maintenance, and/or replacement of contractor- furnished items to ensure sufficient support is continually provided. The proposal should address appropriate documentation and handling requirements for government-owned items being operated and maintained by the contractor. b.) In Solicitation SPE603-18-R-0502 FAR Clause 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) under Factor 3: Price was updated to state: Option (Extension Provision) price: In accordance with FAR 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999), the Government has the unilateral right to extend any resulting contract under the same terms and conditions for a total of not more than six months. To account for the option period(s) possible under 52.217-8 (maximum of six months), the Government will evaluate the option to extend by adding six months of Offeror's performance period to the Offeror's total price. The method for evaluating the extension is to multiply an additional six months of requirements by the offered monthly price of CLIN 0002 (OPTION PERIOD). The sum of CLINs 0001 and 0002 and the 52.217-8 Option to Extend Service price will be the offeror's total evaluated price. 3.) All Questions and Answers will be provided through FBO at a later date. 4.) All other terms and conditions of the solicitation remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-0502/listing.html)
 
Place of Performance
Address: Robins AFB, GA, Moody AFB, FL, Eglin AFB, FL, Hurlburt AFB, FL, Barksdale AFB, LA, Little Rock AFB, AR, United States
 
Record
SN04824814-W 20180217/180215231814-17181774fc3774423a12d2712497dcde (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.