Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOURCES SOUGHT

91 -- Aviation Fuels

Notice Date
4/12/2018
 
Notice Type
Sources Sought
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, ECC-AFG (W91B4N) TCC East, APO, APO AE, Non-U.S., Afghanistan
 
ZIP Code
00000
 
Solicitation Number
W91B4N-18-R-2006
 
Point of Contact
Eleazar Inungaray,
 
E-Mail Address
eleazar.inungaray.civ@mail.mil
(eleazar.inungaray.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR AVIATION TURBINE FUEL COMMODITY AND SUPPORT SERVICES COMMODITY INTRODUCTION The US Army Contracting Command-Afghanistan is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Into-Plane Aviation Turbine Fuel (Jet A-1). The results of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for local Afghan Businesses or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT MAY BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) at https://www.fbo.gov/. PROGRAM BACKGROUND Regional Contracting Center-Afghanistan (RCC-A) is requesting information on contractors capable of supply and delivery of aviation turbine fuel to Afghan National Defense Security Forces (ANDSF) sites throughout the Islamic Republic of Afghanistan. The delivery will consist of mobile cold fueling of different types of aircraft. Mobile cold fueling is defined as "the mobile fueling (by truck) of static aircraft with engines not running" and is also known as "direct to tail" fueling. The Contractor shall provide all personnel, equipment (i.e. required vehicles), supplies, transportation, tools, materials, supervision, other items, and other ancillary non-personal services necessary to deliver aviation turbine fuel to Afghan Air Force (AAF) and Special Mission Wing (SMW) locations throughout Afghanistan. The Contractor shall accomplish all required sourcing, transportation services to delivery points, and delivery of fuel into aircraft specified for service on a Free On Board (F.O.B.) Destination basis. ANDSF operational requirements for these services may vary in quantity, duration, delivery suspense; the Contractor shall maintain sufficient operational flexibility to satisfy requirements at a broad range of locations. REQUIRED CAPABILITIES The Contractor shall provide into-plane Aviation Fuel and into-plane downloading services in support of the areas specified in Program Background (above). • The Contractor Refueling vehicles must be designed specifically for aircraft refueling operations and must be at least 6,000 liter capacity. • The Contractor shall provide refueling vehicles at each aviation facility, sufficient to provide into-plane fueling services. These refueling vehicles are in addition to bulk aviation fuel delivery vehicles, and will be designed for and suitable for use in aircraft refueling operations. • The Contractor Shall provide the following aircraft refueling nozzles (and hoses), to ensure the capability to deliver fuel to the entire AAF/SMW fleet: Open Port, 2"; Open Port, 2.5"; Open Port, 2.75"; Open Port, 3"; and Closed Circuit (single point) 3.5. • Contractor personnel shall be thoroughly trained in the proper method of aircraft refueling operations, operating tank vehicles, and in the proper procedures for loading and unloading tank vehicles. • The Contractor is responsible to initiate the required documentation with the Afghanistan Customs Department (ACD) associated with importation of fuel delivered (the "Mauffi Nama" process). • The Contractor shall maintain an effective supply chain to ensure uninterrupted supply of Aviation Turbine Fuel, Jet A-1, in accordance with American Society of Testing and Materials (ASTM) Standard D1655, revision 16C, 1 December 2016. • The contractor shall not provide aviation turbine fuel refined in Iran, or from any Russian source identified by the United States Department of the Treasury Office of Foreign Asset Control. • The Contractor shall be responsible for security of all vehicles, personnel and all petroleum products being transported. Security shall be provided in accordance with all applicable Government of the Islamic Republic of Afghanistan (GIRoA) laws/regulations and US Department of Defense (DoD)/US Central Command (CENTCOM)/US Forces - Afghanistan (USFOR-A)/Resolute Support, regulations, policies, and Fragmentary Orders (FRAGO). If your organization has the potential capacity to perform this commodity and services required, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. SPECIAL REQUIREMENTS: Afghan vendors must be registered and approved within Joint Contracting and Contingency Services (JCCS) to be eligible for any future contract consideration. Information on registration and annual confirmation requirements may be obtained via the internet at www.jccs.gov. The company must possess a valid and current Transportation Services License issued by Afghan Central Business Registry (or equivalent), Transit and Forwarding License issued by Ministry of Commerce and Industry (or equivalent), and Petroleum Import License issued by Ministry of Commerce and Industry (or equivalent). ELIGIBILITY The applicable NAICS code for this requirement is 424710. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify in their capabilities statement if their business is a local Afghan Business. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length with Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, Local Afghanistan Time 19 April 2018. The submitted capabilities statement must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a contract of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 4.) Provide a statement including current business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 5.) Include in your response your ability to provide security of all vehicles, personnel and all petroleum products IAW all applicable laws/regulations. 6) Provide (if available) at least one (1) past performance reference within the last 3 years where your Company performed prior similar services; Agency Name, Contract Number, Contract/Project Name, Period of Performance, Contract Value and a brief description of the services your company performed under the contract. Please state if performed as the prime or subcontractor. 7) If you have an active JCCS registration, please provide your Identification number; state if you do not have an active JCCS registration or number. 8) Provide your Afghanistan Investment Support Agency (AISA) (or equivalent) License Number, Transportation Services License issued by Afghan Central Business Registry (or equivalent), Transit and Forwarding License issued by Ministry of Commerce and Industry (or equivalent), and Petroleum Import License issued by Ministry of Commerce and Industry (or equivalent). In your response, please provide a copy of all the licenses described above. If there is an equivalent license that may be submitted instead of the licenses we reference in this Source Sought Synopsis, provide it with an explanation. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Eleazar Inungaray, in Portable Document Format (PDF), via email at Eleazar.inungaray.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above; however, the Government will not respond or provide any additional information other than that provided in this announcement. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f428491e969244852c3ce35168237291)
 
Place of Performance
Address: Afghanistan, Afghanistan
 
Record
SN04887907-W 20180414/180412231014-f428491e969244852c3ce35168237291 (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.