SOURCES SOUGHT
99 -- BULK FUEL SERVICES
- Notice Date
- 5/28/2020 9:35:39 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-20-R-5X10
- Response Due
- 6/4/2020 12:00:00 PM
- Archive Date
- 06/19/2020
- Point of Contact
- Jackie Robinson-Tiller, Phone: 571-992-4790, Ursula Waibel, Phone: 571-767-2928
- E-Mail Address
-
jackie.robinson@dla.mil, ursula.waibel@dla.mil
(jackie.robinson@dla.mil, ursula.waibel@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice only. It seeks information from small business sources that can provide fuel management services. No solicitation is being issued at this time. �The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy seeks potential qualified small business sources to perform non-personal services to operate and maintain Government-owned, Contractor-operated (GOCO) fuel facilities at Tyndall AFB, FL. � Vendor must provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products, as well as maintain the associated fuel facilities. The Government will award one firm fixed-price contract for a four-year period and may include a 5-year option period. Contracts awarded are subject to FAR 52.222-41, Service Contract Act of 1965, to include Collective Bargaining Agreements. The expected period of performance is from September 1, 2021 through August 31, 2025 (four-year base period), September 1, 2025 through August 31, 2030 (five-year option period) and an option to extend for no more than six-months from September 1, 2030 to March�31, 2031. The proposed solicitation is being considered as a set-aside under a small business set-aside program. The North American Industry Classification System (NAICS) Code is 493190, and the size standard is $27.5 million. �The Government is interested in the following small business categories to respond to the this notice: Small Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service- Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine if this procurement can be set aside for small businesses. �Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. �All responses to this notice are to be submitted by 1500 hours EDT on June 4, 2020.� Responses will be accepted via electronic means only.� Email submissions to:� Jackie.robinson@dla.mil. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar fuels management requirements? �If so, please provide the following information:� �Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to GOCO fuels management. �If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. Do you anticipate any type of teaming arrangement for this requirement? �If yes, please address what kind of arrangement, and what percentage of work and type(s) of service would you perform? Does your company have experience with Service Contract Act of 1965 covered contracts? �Does your company have experience with Collective Bargaining Agreements (CBAs)? �Please explain in detail any experience your company has had interacting with labor unions. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? �Do you have an approved accounting system in place to adequately track expenditures? �Please elaborate. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f427fc0d5d33486a929b032f71ac6643/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Record
- SN05673980-F 20200530/200528230205 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |