Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOURCES SOUGHT

99 -- COCO Fuel Operations at Fort Novosel, AL

Notice Date
12/12/2024 6:16:36 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
SPE603-25-R-5X10
 
Response Due
12/30/2024 1:00:00 PM
 
Archive Date
01/14/2025
 
Point of Contact
Sadia Ayub, Phone: 5715120664, Dominique Vest, Phone: 5717678731
 
E-Mail Address
sadia.ayub@dla.mil, Dominique.1.Vest@dla.mil
(sadia.ayub@dla.mil, Dominique.1.Vest@dla.mil)
 
Description
This is a Sources Sought/Request for Information (RFI) the Defense Logistics Agency (DLA) Energy is seeking information from sources that can provide bulk and retail fuel services. The Defense Logistics Agency (DLA) - Energy - FESBA anticipates issuing a Request for Proposal (RFP/Solicitation) for the issuance of Contractor Owned Contractor Operated (COCO) retail fuel dispense for ULSD (ultra-low sulfur diesel) and unleaded fuel services on Fort Novosel Army Base, Alabama. This procurement will be under NAICS code 493190 (Other Warehouse and Storage) No solicitation is being issued at this time. For reference purposes, this SAM notice is numbered SPE603-25-R-5X10. The amount of information available is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. CONCEPT OF OPERATIONS: Retail fuel operations would primarily consist of Receipt, Storage, Issuance, and transfer of refueling of ground vehicles/equipment including ultra-low sulfur diesel (ULSD), and unleaded gasoline. Fuel operations at the retail fuel facility must be safely and efficiently conducted to receive, store, handle, and issue petroleum products with appropriate controls to ensure adequate fuel quality, inventory accuracy and environmental compliance in accordance with DLA Energy guidance, the highest industry standard, and best commercial practice. CAPABILITIES SOUGHT: A. The contractor must have the ability to dispense (retail) fuel to a minimum of 50 various combinations of wheeled vehicles and equipment per hour to support 11,133 gallons/month of MUR ultra-low sulfur diesel and 7,300 gallons/month of DS2 unleaded gasoline. B. Facility must have a minimum 2 double hose DS2 dispensers and 2 double hose MUR dispenser. C. The Contractor must have the ability to bulk offload (return-to-bulk) DS2 and MUR. D. Must have the ability to bulk load as needed to support MUR 5,500 gallons/month and DS2 7,100 gallons/month. E. Vehicle overall dimensions that will use retail islands range from approximately 42� long, 4� to 10� wide and 14� high. Facility drive surface shall be designed to support tactical equipment of approximately 40 tons. Submissions should be sent to Ms. Sadia Ayub at sadia.ayub@dla.mil by 04:00 P.M. local Fort Belvoir, VA time on December 30, 2024. Please direct any questions concerning this Sources to Contract Specialist, Ms. Sadia Ayub at sadia.ayub@dla.mil or 571-512-0664 and cc Ms. Dominique Vest Contract Specialist at Dominique.1.Vest@dla.mil and Supervisory Contract Specialist Mr. James Harkless at james.harkless@dla.mil. Interested firms/companies should respond to the questions below. Responses are limited to no more than 5 pages. Any information provided 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. must include, in their submission, the RFI number SPE603-25-R-5X10 in the subject line of their emails. The following information is requested: 1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, business size, and a statement regarding current business status. 2. Capability Statement. Provide a brief explanation of your firm's capabilities to provide Contractor-Owned, Contractor-Operated Fuel Storage Facilities, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, account for petroleum products, maintain the associated fuel facilities and to provide qualified and experienced personnel, with appropriate clearances, if required. 3. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a 29.5-year contract? 4. Does your company have the financial capability of meeting any associated capital expenses (including the development of necessary facilities) for a minimum of 13 months after contract award without receiving any payment from the Government? 5. 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 COCO 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. 6. Location: Please provide the location/address of your facility. The information gathered from this announcement will be used to determine if responsible sources exist and to assist in determining if this effort can be competitive. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is not a request for quote or proposal. The Government does not intend to award on the basis of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f70cd4fd8324434d8f96ccbe7b8b6ff3/view)
 
Place of Performance
Address: Daleville, AL, USA
Country: USA
 
Record
SN07291038-F 20241214/241212230122 (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 |
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.