Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

M -- Department of Defense Public-Private Competition of Bulk Fuel Storage and Distribution Services performed by the United States Marine Corps Fuel Section, Marine Corps Air Station, Miramar, California

Notice Date
4/5/2006
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Strategic Sourcing Acquisition Center of Excellence, Attn: Code COE11 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62467-06-R-0080
 
Response Due
5/5/2006
 
Point of Contact
Cassey Sheppard, Contract Specialist, Phone (619) 532-1934, Fax 619-532-3979, - Samantha Darella, Contracting Officer, Phone 619-532-3758, Fax 619-532-3979,
 
E-Mail Address
cassey.sheppard@navy.mil, samantha.darella@navy.mil
 
Description
This is Sources Sought Notice. The Competitive Sourcing Acquisition Center of Excellence (CSACOE), Naval Facilities Engineering Command (NAVFACENGCOM), San Diego site, is hereby soliciting information for potential sources for a multi-function study for the Bulk Fuel Storage and Distribution Services at the U.S. Marine Corps Air Station (MCAS) Miramar, CA. A standard competition will be conducted in accordance with the revised OMB Circular A-76 of May 29, 2003. No solicitation has been developed at this time. The anticipated solicitation release date will be in July 2006. This is a multi-function standard competition that involves the storage, maintenance, delivery, recovery and testing of fuels in support of the 3rd Marine Aircraft Wing. The business units include bulk liquid storage (T160), distribution of petroleum oil and lubricant products (T165), distribution of liquid, gaseous and chemical products (T167), and finance/accounting services (C700). This notice is for informational and planning purposes only. All information submitted is at the offeror?s own expense. Respondents will not be contacted regarding their submission or information gathered for this portion of the notice. The Government reserves the right to consider a small business set-aside based upon the responses received. The contract performance period is anticipated to be five years and 4 months, including a one four-month transition (base) period, a full performance period of one year, and four (4) twelve-month option years. A performance-based combination firm fixed price, indefinite delivery indefinite quantity contract is anticipated. The North American Industry Classification System (NAICS) code is 488190. The applicable size standard for NAICS code 488190 is $6.5 million. Interested sources should provide a letter of interest no later than 5 May 2006, via e-mail in Microsoft Word format to: cassey.Sheppard@navy.mil and Samantha.darella@navy.mil. The letter of interest should include the following: 1) Name and address of the firm 2) Size of business (including annual revenue for NAICS code 488190 and annual revenue for entire business) and total number of employees 3) Ownership 4) Year firm established 5) Names of two principals to contact, including title, telephone number and e-mail address 6) Description of previous experience that relates to this requirement. Please include pertinent information for on-going contracts or contracts completed within the last five years under NAICS Code 488190. Pertinent information is: A. Name of Contracting Activity B. Contract Number C. Contract Type (FFP, Cost, IDIQ or Combination) D. Period of Performance and Total Contract Value E. If Subcontractor, portion of Contract Value for which firm self performed F. Summary of contract work G. Contracting Officer name and current telephone number H. Contracting Officer?s Technical Representative (name and current telephone number) I. List of major Subcontractors including name, address, and telephone number of primary point of contact J. If a Subcontractor, name of Prime contractor including name, address, and telephone number of primary point of contact 7) Small businesses who do not have the requisite experience to manage a service contract similar to the requirements identified herein are encouraged to address possible teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size and complexity. Note: A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by the minimum cost differential and a determination has been made that no competitive advantage is gained by the contractors share contribution to its employer?sponsored health insurance plan or benefits. Government personnel adversely affected by conversion of Government performed services to contract have the Right of First Refusal in accordance with FAR Part 52.207-3 for available positions, if qualified. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-APR-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Marine Corps Air Station, Miramar, S-4, Installations & Logistics, Fuels Section, P.O. Box 452000, San Diego, CA
Zip Code: 92145-2000
Country: United States
 
Record
SN01022800-W 20060408/060406222301 (fbodaily.com)
 
Source
FedBizOpps 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.