Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOURCES SOUGHT

M -- Operation and Maintenance of DFSP Tampa

Notice Date
1/25/2011
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-11-R-0515
 
Point of Contact
Vicki M. Hahn, Phone: 703 767-6494, Monica T. Fass, Phone: 703 767-9335
 
E-Mail Address
vicki.hahn@dla.mil, monica.fass@dla.mil
(vicki.hahn@dla.mil, monica.fass@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice only. It seeks information from small business sources that can provide services to operate and maintain fuel facilities. No solicitation is being issued at this time. For reference purposes, the solicitation, when issued, will be numbered SP0600-11-R-0515. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy, Domestic Storage and Services Division, Bulk Petroleum Business Unit-BXA seeks potential small business sources to perform non-personal services to perform the operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and plant protection of the Defense Fuel Support Point (DFSP)Tampa. DFSP Tampa is a tank farm complex located on the northwest corner of MacDill AFB in Tampa, FL. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, distribute, and account for DLA-owned petroleum products required in support of DoD activities. The Government will award a firm, fixed price contract for a five-year period beginning on or about January 4,2012. Contracts awarded are subject to FAR 52.222-41, Service Contract Act of 1965. The proposed solicitation is being considered as a set-aside under a small business set-aside program. The North American Industry Classification System (NAICS) Code is 493190, and the size standard is $25.5 million. The Government is interested in the following small business categories to respond to the this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry 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. All responses to this notice are to be submitted by 1500 hours local Virginia time on February 4, 2011. Only responses submitted via E-mail will be considered. Email submissions to: Vicki.Hahn@dla.mil Services are currently being performed under contract SP0600-07-C-5702. Requests for information should be addressed to the Freedom of Information Officer, Robert.Silber@dla.mil, at 703-767-7373. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the Central Contractor Registration (CCR) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. 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 GOCO operation and maintenance services. 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. 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, and type(s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year contract? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-11-R-0515/listing.html)
 
Place of Performance
Address: Defense Fuel Support Point (DFSP) Tampa, Tampa, Florida, United States
 
Record
SN02366155-W 20110127/110125234518-f7c6d8c54954053ef372b3192361ec14 (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.