SOURCES SOUGHT
X -- GOCO Alongside Aircraft Refueling Services NAS Whiting Field
- Notice Date
- 1/30/2025 8:26:04 AM
- Notice Type
- Sources Sought
- NAICS
- 49319
—
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60325RXXXX
- Response Due
- 2/10/2025 12:00:00 PM
- Archive Date
- 02/25/2025
- Point of Contact
- Sean Turner, Phone: 5717679345, YALIER FUSTER, Phone: 8049120930
- E-Mail Address
-
sean.turner@dla.mil, YALIER.FUSTER@DLA.MIL
(sean.turner@dla.mil, YALIER.FUSTER@DLA.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Defense Logistics Agency - Energy anticipates issuing a Request for Proposal (RFP) within the next 60 to 90 days for GOCO and related Alongside Aircraft Refueling services at Naval Air Station (NAS) Whiting Field. The contractor must execute the management, operation, maintenance, repair, product quality surveillance, inventory/accounting controls, security, safety, and environmental protection of the assets, properties and performance duties as identified in the Performance Work Statement (PWS). The contractor must utilize best industry directives, regulations, and instructions, in accordance with DoD, Federal, Navy, State, and Local References and Laws identified in Appendix C of the PWS, along with the references listed within each individual subject reference. The contractor must receive, maintain, store, sample, test, internally transfer, and issue petroleum products throughout NAS Whiting Field, by utilizing infrastructure property, incidental equipment, and contractor-furnished equipment. The contractor must be responsible for all fuel-servicing operations and safeguarding facilities, equipment, and fuel products under its control during normal and adverse conditions. The contractor supports various locations within NAS Whiting Field, which includes two active outlying fields (OLF Site X about 18 miles Northwest) and (OLF Spencer Field about 14 miles Southwest), to support the pilot training program with cold and hot aircraft refueling operations, along with an automated ground fuel service station. Other locations include Air Installations Compatible Use Zones (AICUZ) bases or Naval Out Lying Fields Choctaw, Holly, Santa Rosa, Pace, Brewton, Harold, Wolf, and Evergreen. The PWS establishes the Contractor�s responsibility to manage, maintain, and operate incidental fuel facilities, and mobile servicing equipment required and necessary to support the facilities, equipment, vehicles, and assigned aircraft. The contractor must issue, defuel, and provide off-station fuel services to aircraft and support equipment by mobile fuel servicing vehicles and fixed direct refueling systems. Aircraft fuel services must comply with Naval Air (NAVAIR) 00-80T-109, Aircraft Refueling Naval Air Training and Operating Procedures Standardization (NATOPS) Manual, NAVAIR 00-80T-124, Airfield Operations Manual, and all other applicable military, federal, and commercial policies regarding the performance of aircraft fuel servicing operations. The Contractor shall provide and management and supervisory staff and labor to accomplish all services as identified in the PWS and all related contract clauses. The Contractor's staffing shall be flexible and fully capable of meeting the demands of aircraft fuel services, ground fuel services, bulk storage operations, and general management and administrative functions. The Contractor shall ensure that personnel assigned to all tasks have the requisite knowledge and skills to meet the performance standards for those tasks and comply with all applicable Federal and state laws, regulations and code. DLA Energy will follow source selection procedures utilizing Lowest Price Technically Acceptable (LPTA) process in accordance with FAR 15.101-1 for this acquisition. The expected performance period is December 1, 2025 - November 30, 2029 (four years) with a five-year option period from December 1, 2029 - November 30, 2034. A Pre-proposal Conference will be conducted after the solicitation is issued. Date and time of the conference will be provided at a later time. This acquisition will be set-aside for 100% Small Business participation. The NAICS Code is 493190 and the threshold for Small Businesses is $36.5 million in annual receipts. All responsible offerors may submit an offer for consideration. The Contractor shall ensure that all buildings, structures, and facilities are kept clean and sanitary. The Contractor shall sweep, mop, and wax floors, wash windows, and walls of occupied buildings or office spaces so as to present a clean, sanitary, and orderly appearance. Food storage and preparation areas shall be maintained in an orderly and sanitary condition. Clothing locker and change areas shall be kept orderly and clothing hung or kept in lockers. Areas immediately around buildings for which the Contractor is responsible shall be kept free of debris. The Contractor shall not allow fire hazards, such as oily rags, loose paper, and trash to accumulate in or around buildings or within the facilities. Requests for pest and rodent control shall be forwarded to the COR. The requirement for building/structure maintenance shall be documented and forwarded to the COR. The Contractor shall not alter any structure or allow it to be altered without explicit written approval by DLA Energy. Maintenance of fire alarm systems is provided by base public works. Maintenance of eye wash stations if plumbed are the responsibility of the base and if portable the responsibility of the Contractor. The Contractor is responsible for the monthly testing of the eye wash stations and emergency showers. The maintenance of all HVAC systems is the responsibility of the base. The Contractor shall establish a smoking policy that prohibits smoking in other than Government designated areas. The Contractor shall provide signs to be posted at the entrance to work areas that read, ""NO SMOKING EXCEPT IN DESIGNATED AREAS."" The Contractor shall also designate a smoking area and provide signs that read, ""DESIGNATED SMOKING AREA."" The Contractor shall be responsible for the pick-up of all trash and debris within and around fuel areas under its controlled, and shall dispose of all such trash and debris in Navy-furnished containers/dumpsters. The Navy will dispose of the trash and debris placed within Navy provided dumpsters. Grounds maintenance, grass cutting and vegetation control is provided by Federal prisoners but contractor is ultimately response for satisfactory upkeep. Grass, weeds, and brush, except ornamental trees and shrubs, within the areas defined herein shall be maintained so as to maintain a neat appearance. At no time should vegetation present a fire or safety hazard. All vegetation within Contractor controlled areas, on/under fence lines, and in the security zone outside the fence line of the bulk storage refueler parking area, shall be maintained with the prescribed limits. Bulk vegetation and waste accumulated during mowing, removal, and control operations shall be disposed of by the Contractor. Grass cutting includes a 5 foot clearance area outside of the fence line. Pesticide and weed control is provided by a base contractor. All roads, paved surfaces, curbing, and sidewalks within contracted fuel management areas shall be monitored continuously. The Contractor shall inspect all fences, to include signs and markings, gates and automatic gate openers, of fuel management compounds. Exterior lighting, security lighting, and exterior building lights will be monitored on a continuous basis. The Contractor shall continuously monitor other facilities, equipment, and utilities, i.e., fire hydrants, AFFF systems, storm drains, exterior water systems, power poles, lines and transformers, and exterior telephones within Fuel Management areas. The Contractor shall visually inspect and measure the contents of the oil/water separators IAW installation, state and federal regulations. Gauge readings and noted discrepancies shall be reported to the COR. Oil/water separator systems are managed and maintained by the Installation Public Works Department. Interested parties should submit information to the following areas in their capability statements: 1. Company Profile. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, types(s) of service would you perform. 5. 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 any experience your company has had with labor unions. 6. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Capability Statements can be submitted to sean.turner@dla.mil. Ensure Sources Sought #SPE60325RXXXX is in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a0040c32dba4fa1b218d8272621198d/view)
- Place of Performance
- Address: Milton, FL, USA
- Country: USA
- Country: USA
- Record
- SN07328614-F 20250201/250130230115 (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 |