Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
MODIFICATION

A -- Fuels Management

Notice Date
9/1/2004
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-R-0016
 
Response Due
9/10/2004
 
Archive Date
1/10/2005
 
Point of Contact
Mary Piper,937-257-6146, ext 4207
 
E-Mail Address
Email your questions to Mary.Piper@wpafb.af.mil
(Mary.Piper@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
01 Sept 04 UPDATE: Amendment 0004, SF 30, To Solicitation FA8601-04-R-0016 is hereby posted. SEE ATTACHED FILE. Receipt of this amendment must be acknowledged by option (b) described in Block 11 of the amendment. Include the signed SF 30 with your proposal. Notice to Contractors: The Government anticipates publishing insurance clause information 03 Sept 04. ***************************************************************************** 27 August 04 UPDATE: Amendment 0003, SF 30, To Solicitation FA8601-04-R-0016 is hereby posted. SEE ATTACHED FILES. Receipt of this amendment must be acknowledged by option (b) described in Block 11 of the amendment. Include the signed SF 30 with your proposal. An additional line has been added to the description on CLIN 0001, stating, ?Orientation Period start date is 20 days prior to the contract start date.? An additional line has been added to the description on CLIN 0002, stating, ?Base Period is the contract start date through 30 Sept 05.? The questions and answers to the 18 Aug 04 Site Visit are attached. This amendment changes the PWS, Section 3.10, Government Furnished 60-Day Bench Stock section. The line ?Packing ? 5330-01-160-4339SX ? 10? is deleted and replaced with, ?Strainer Element ? P/N-20071001G ? 4?. A new page 24 of the PWS is attached. Remove the old page 24 and insert the new page 24, dated 27 Aug 2004 into the PWS. Notice to Contractors: The Government anticipates publishing insurance clause information 01 Sept 2004. **************************************************************************** 25 Aug 04 UPDATE: Amendment 0002, SF 30 to Solicitation FA8601-04-R-0016 is hereby posted. The RFP response date has been extended to Friday, 03 Sept 04, 4:00 PM, EST. SEE ATTACHED FILES. Receipt of this amendment must be acknowledged by option (b) described in Block 11 of the amendment. Include signed SF 30 with your proposal. Notice to Contractors: The Government anticipates publishing the questions and answers to the 18 Aug 04 Site Visit 27 Aug 2004. ***************************************************************************** 13 August 04 UPDATE: Amendment 0001, SF 30, to Solicitation FA8106-04-R-0016 is hereby posted. SEE ATTACHED FILES. Receipt of this amendment must be acknowledged by option (b) described in Block 11 of the amendment. Include signed SF 30 with your proposal. Amendment 0001 corrects the date on CLIN 0007 from 01 Sep 2005 to 01 Oct 2005. Amendment 0001 removes in entirety the Contract Holidays statement from Section G. This information is in the Performance Work Statement (PWS), Section 4.4.1.5. Amendment 0001 changes the meeting location of the 18 Aug 04 site visit from the parking lot next to Gate 1C to the parking lot of the Hope Hotel. The Site Visit paragraph (Section L, paragraph 2.2) has been changed to read: A. A Site Visit will be conducted at Wright-Patterson AFB on Wednesday, 18 Aug 2004, at 0900 a.m. EDST, in Fairborn, Ohio. All participants are required to assemble in the Parking Lot of the Hope Hotel by the canopy labled ?Conference Center?. To access the Hope Hotel, turn into Gate 12A. The Hope Hotel is immediately inside the gate in a non-secure area. You do not need to go through the Security Gate. Please view the web site below for a map of WPAFB gate locations: https://www.asc.wpafb.af.mil/maps/areaabc.pdf. Submit the names of all attendees (not to exceed two per company) to Mary Piper, Contract Specialist, e-mail: Mary.Piper@wpafb.af.mil prior to 16 Aug 2004. The following information is required on each attendee: Full name, name and address of company, and social security number. This information must be provided in order to ensure access to the military base, and adequate transportation for the attendees. All offerors are responsible for confirming receipt of e-mails to Mary Piper. Transportation for the site visit will be furnished by the Government. Amendment 0001 changes the Orientation Period paragraph, section 4.2.1, of the PWS from 10 work days for the orientation period to 20 work days. A new page 27 of the PWS is attached. Remove the old page 27 and insert the new page 27, dated 13 Aug 2004 into the PWS. **************************************************************************** The Request for Proposal (RFP) has been posted. See attached files for the RFP, the Performance Work Statement (PWS), Price Proposal Worksheet, Past Performance Questionaire, applicable Wage Determination, and Collective Bargaining Agreement. The RFP post date is 30 July 04. The RFP response date is 30 August 04, 4:00 PM EST. Point of contact is Mary Piper, 937-257-6146, ext 4207, Mary.Piper@wpafb.af.mil, or Mary Piper, 88 CONS/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309, FAX: 937-257-3926 *************************************************************************** 22 Jun 04 UPDATE: The approximate solicitation issue date is changed to 30 July 04. **************************************************************************** 24 MAY 04 UPDATE: The approximate solicitation issue date is changed to 15 June 04. **************************************************************************** Wright-Patterson Air Force Base (WPAFB), Ohio anticipates a competitive acquisition to provide non-personal services to include all services, labor, parts, and materials necessary to operate the fuels management function and facilities (including preventative maintenance) at Wright-Patterson AFB. All documents will be posted on the internet upon issuance of the solicitation. Anticipated period of performance is 01 October 04 through 30 September 05. Additionally, four one-year options may be awarded. HARD COPIES OF THE SOLICITATION, SPECIFICATIONS, DRAWINGS AND OTHER DOCUMENTS WILL NOT BE PROVIDED UNDER ANY CIRCUMSTANCES. The ESTIMATED solicitation issue date is 25 May 04. No telephone, written or fax requests from a requester will be accepted; all interested offerors must download documents from the internet. All interested offerors are requested to register for this solicitation. All responsible sources may submit a proposal which will be considered. This acquisition is 100% set aside for small business. Standard Industrial Classification Code is 8744. North American Industry Classification System (NAICS) Code is 561210. Size standard is $30 Million. A DRAFT copy of the Performance Work Statement is now posted at http://www.pixs.wpafb.af.mil for your review. Questions or comments can be addressed to Mary Piper, Contract Specialist, (937) 257-6146 EXT 4207, FAX (937) 257-3926, ASC/PKS, BUILDING 1, AREA C, 1940 ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB OH 45433-5309. E-Mail: Mary.Piper@wpafb.af.mil ********************************************************************** THIS IS A SOURCES SOUGHT SYNOPSIS. THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 5 Mar 2004. THIS IS NOT A NOTICE OF RFQ ISSUANCE. Wright-Patterson Air Force Base (WPAFB), Ohio anticipates a competitive acquisition to provide non-personal services to include all services, labor, parts and materials necessary to operate the fuels management function and facilities (including preventative maintenance) at Wright-Patterson AFB. Period of performance is 01 October 04 through 30 September 05. Additionally, four one-year options may be awarded. Performance requirements include the management and operation of requisitioning, accounting, receiving, storage, dispensing and analysis of aviation and ground fuels, to include: Cryogenics (liquid oxygen and liquid nitrogen ? (53 thousand gallons in FY03), compressed natural gas, grounds fuels (580 thousand gallons in FY03), aviation fuels (11.4 million gallons in FY03), Bio-Diesel, E-85, and deicing fluid to support transient and base-assigned aircraft and support equipment. Facilities are required to be manned on-site, 24 hours as day, 365 days per year. Contractor must monitor inventory levels to ensure adequate stocks are on-hand to support both peacetime and pre-positioned wartime stock requirements, compile consumption data, and practice prescribed environmental protection and energy conservation practices. Requirement includes functions as prescribed in AFI 23-201, Fuels Management. This Air Force Instruction (AFI) may be accessed at the following website: http://www.e-publishing.af.mil At the time of contract award, there is a requirement for two (2) of the contractor employees, the Contract Manager and the assistant Contract Manager, to have individual security clearances at the level of SECRET, in accordance with (IAW) Industrial Security Manual (DoD 5220.22M). The Contractor shall provide two graduates of the Air Education Training Command formal accounting school and the Defense Energy Supply Center Fuels Automated System Training Course IAW AFI 23-201, Chapter 7, paragraph 7.1.1. The individuals must be qualified on the start date of the contract. Contractor must be able to demonstrate to our complete satisfaction that they are fully aware of all factors involved in this service contract. Contractor must be able to document that: a. They have been engaged in this type of service business for at least the past five years; b. They can provide a list of contracts, with points of contact (identifying contract number, name, phone number, address) who will provide past performance information which will substantiate a high level of professional support within the last five years. c. They have the necessary equipment, personnel, and financial resources to fulfill the requirements of this contract; d. That the personnel proposed have the experience and capability to accomplish the services required in the contract. All sources capable of providing these services are being sought. In addition to the information provided in the Capabilities Package described below, responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS) code 561210 (size standard $30,000,000.00). Sources should identify and address if they are a small, 8(a), a Hubzone, or a Service Disabled Veteran Owned Small Business (SDVOSB) certified firm. The Government estimate for the above named work is between $1,000,000.00 - $10,000,000.00 which includes the option years. CAPABILITIES PACKAGE: PLEASE ADDRESS ALL AREAS. All interested firms should submit a capabilities package that outlines their firm?s capabilities in providing all of the above mentioned services. Contractors are required to provide all management and labor required for the operation and management of the functions listed. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities packages should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Previous experience in all areas must be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 20 single-spaced, 10-point typed pages. Brochures will not be considered for the information requested. Submit capabilities packages and routine inquiries concerning the Sources Sought to Mary Piper, 88 ABW/PKSB, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309, telephone 937-257-6146 x4207, or fax 937-257-3926. This sources sought is for information and planning purposes only. The attached Performance Work Statement (PWS) is only a draft and is provided strictly for information and planning purposes. This Sources Sought does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 5 Mar 2004. For more information on 04R0016--Fuels Management please refer to http://www.pixs.wpafb.af.mil/pixslibr/04R0016/04R0016.asp
 
Web Link
04R0016-Fuels Management
(http://www.pixs.wpafb.af.mil/pixslibr/04R0016/04R0016.asp)
 
Record
SN00663178-W 20040903/040901212330 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.