SOLICITATION NOTICE
X -- Contractor-Owned, Contractor-Operated (COCO) Fuel Storage Services at Kabul, Afghanistan
- Notice Date
- 10/20/2020 5:45:54 AM
- Notice Type
- Presolicitation
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-21-R-0500
- Response Due
- 10/23/2020 12:00:00 AM
- Archive Date
- 11/07/2020
- Point of Contact
- Micherie Dougherty, Phone: 571-767-3681, Shane Banks, Phone: 5717678298
- E-Mail Address
-
micherie.dougherty@dla.mil, shane.Banks@dla.mil
(micherie.dougherty@dla.mil, shane.Banks@dla.mil)
- Description
- The Defense Logistics Agency (DLA) - Energy - FESBB will be issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) fuel storage services in the Kabul, Afghanistan area on a 24 hour, 7 days per week basis. The requirement is for fuel storage facilities and services with the capability to receive, store, protect, maintain quality, inventory reporting and issue U.S. Government-owned petroleum product Turbine Fuel Aviation, Grade F34 within a 50-mile radius of Kabul, Afghanistan via tank truck. Solicitation SPE603-21-R-0500 will be issued using best commercial practices and guidelines to meet the requirements of the Performance Work Statement (PWS). The contractor will be responsible for the management, operation, maintenance, product quality surveillance, inventory control, accounting, security, safety and environmental protection of the COCO facility Storage requirements include fill capacity for 43,000 barrels of Turbine Fuel Aviation (F34). A minimum of two tanks interconnected and isolated from other products in the storage facility.� All storage must be available at a single facility upon award.�� The U.S. Government will be entitled to 100,000 barrels of total throughput for each year. This procurement will be unrestricted, solicited under full and open competition, under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates awarding a firm fixed-price contract. The resultant contract will include a three-year base period of performance from May 1, 2021 through April 30, 2024, with a three-year option (May 1, 2024 through April 30, 2027) in accordance with (IAW) FAR 52.217-9. Additionally, an option, not to exceed six months (May 1, 2027 through October 31, 2027) IAW FAR 52.217-8, will be included. The solicitation will be posted on or after October 14, 2020 and the Request for Proposal (RFP) will close about 45 days later. The solicitation will be published electronically on the Beta Sam Government website at https://beta.sam.gov.� Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF). This is not a RFP or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement.� This information is subject to modification and in no way binds the Government to award a contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e4222136ae434fc39b2341cbec43cb8d/view)
- Place of Performance
- Address: AFG
- Country: AFG
- Country: AFG
- Record
- SN05832349-F 20201022/201020230141 (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 |