SOLICITATION NOTICE
J -- Fuel Systems Recurring Maintenance and Minor Repair Services - SAM and Site Access Documents
- Notice Date
- 5/25/2018
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB18R0031
- Archive Date
- 6/15/2018
- Point of Contact
- Ryan Gregory,
- E-Mail Address
-
ryan.k.gregory@usace.army.mil
(ryan.k.gregory@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Template 3 (SAM Entity Administrator Letter International No Banking Information Template 2 (SAM Entity Administrator Letter (Multiple Domestic Entities) Template 1 (SAM Entity Administrator Letter Single Entity) SAM Header Country Clearance Requirements Base Pass Request PRE-SOLICITATION NOTICE for W912GB18R0031: DLA Fuel Systems Recurring Maintenance and Minor Repair Services Naval Station Rota and Air Base Moron, Spain 1. ANTICIPATED PROJECT TITLE: Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 238990, All Other Specialty Trade Contractors 4. CONTRACT SPECIALIST: Ryan Gregory, ryan.k.gregory@usace.army.mil 5. PLACES OF PERFORMANCE: Naval Station (NAVSTA) Rota and Air Base (AB) Moron, Spain 6. SOLICITATION NUMBER: W912GB18R0031 1. Synopsis: This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers, Europe District's intent to award a hybrid Firm-Fixed-Priced (FFP) Cost-Plus-Fixed-Fee (CPFF) contract to provide Recurring Maintenance and Minor Repairs (RMMR) on fuel systems for the Defense Logistics Agency-Energy (DLA-E) and Department of Defense (DoD) bulk and retail fuel facilities. This project consists of services that provide RMMR through implementation of a Preventive Maintenance Plan which defines, schedules, and executes periodic quarterly, semi-annual, and annual facility inspections. The preventative maintenance program shall also include Emergency Repair, Minor Repair, Emergency Environmental Support, and Records Management. An annual assessment of the fuel system facilities is also required. 2. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. In accordance with FAR 19, all socioeconomic program considerations do not apply due to the project location being Outside the Continental United States (OCONUS). 3. SELECTION PROCESS: This project will use a Best-Value Tradeoff Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. The project will be solicited under Full and Open competition. The contract will be awarded and paid in Euros (€). Responses to the solicitation (when advertised) are desired from firms who can demonstrate recent and relevant experience and past performance in providing fuel systems maintenance and minor repair services in Spain. 4. PERIOD OF PERFORMANCE: The period of performance shall include a one-year Base period and four (4) one-year Options (if exercised) for a total of five years. 5. SITE VISIT/PRE-PROPOSAL CONFERENCE: A site visit has been tentatively scheduled for 25 June 2018 at NAVSTA Rota. No more than two attendees per firm are permitted to attend the site visit. Spanish local nationals who are interested in attending shall complete and return the attached base pass request. Attendees from all other nationalities shall complete and return the attached country clearance request for approval. Interested parties shall have all required documentation submitted no later than 04 June 2018. All site visit requests and questions shall be forwarded to Ms. Angela-Rene Tugaoen at Angela-Rene.Tugaoen@usace.army.mil. 6. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 7. SYSTEM FOR AWARD MANAGEMENT: Please be advised that all offerors must be in compliance with the updated SAM policy regarding submission of a notarized letter dated April 26, 2018. For more information please reference https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update and the SAM attachments to this notice. 8. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 11 June 2018.. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 9. Questions: For all inquiries please direct them to the contract specialist, Mr. Ryan Gregory, at e-mail: ryan.k.gregory@usace.army.mil, and the contracting officer, Ms. Robin Prince at email: robin.g.prince@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB18R0031/listing.html)
- Record
- SN04935465-W 20180527/180525230744-cc125c64154ecb4d42da402d5c9960d8 (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 |