Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

J -- Refueling and Defueling Services - Package #1

Notice Date
6/16/2017
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W9124G-17-R-0003
 
Archive Date
7/15/2017
 
Point of Contact
William R. Wright, Phone: 7575018126, Linda Whitlock, Phone: 757-501-8134
 
E-Mail Address
william.r.wright286.civ@mail.mil, linda.d.whitlock.civ@mail.mil
(william.r.wright286.civ@mail.mil, linda.d.whitlock.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS - Attachment 10 - CBA PWS - Attachment 9 - Deliverables PWS - Attachment 8 - Map of Flying Area PWS - Attachment 7 - List of Supported Aircraft PWS - Attachment 6 - Mogas and Diesel Deliveries PWS - Attachment 5 - Minimum Qtys. of Aviation Fuel PWS - Attachment 4 - Pre-Execution Requirements PWS - Attachment 3A - Basefield-Stagefield Data Query PWS - Attachment 3 - Basefields PWS - Attachment 2A - Stagefield Data Query PWS - Attachment 2 - Stage Fields Attachment 1 - DRAFT PWS The Mission and Installation Contracting Command (MICC) Center, Fort Eustis, intends to issue a Request for Proposal (RFP) for Refueling and Defueling services at Fort Rucker, Alabama. This is an unrestricted requirement. This action will be conducted as a service acquisition in accordance with FAR Parts 12, "Acquisition of Commercial Items" and 15, "Contracting by Negotiation." The current plan is to have a contract a twelve (12) month base period, to include Phase-In period and then six (6), one (1) year options and is subject to the availability of funds. The work consists of the Contractor providing all personnel, management, facilities, materials, parts, supplies, transportation, and equipment, except that which is provided as Government furnished, to perform all functions for aircraft refuel and defuel for the United States Army Aviation Center of Excellence (USAACE), Fort Rucker, Alabama, its tenant activities, and authorized transient aircraft. In addition, maintenance of bulk fuel storage facilities as well as dispensing and maintenance of dispensing equipment will be provided by the Contractor. The associated North American Industry Classification System (NAICS) code is 488190, "Other Support Activities for Air Transportation" and the small business size standard is $32.5M. This procurement will be a 100% Small Business Set-Aside. The Government currently anticipates issuing RFP W9124G-17-R-0003, sometime in July 2017. The RFP and amendments, if applicable will be available for downloading at FedBizOpps website at https://www.fbo.gov/. Potential Offerors are responsible for monitoring this site for release of the solicitation package and any amendments. It is a requirement that all contractors doing business with the Department of Defense be registered with System For Award Management - SAM per FAR 52.204-7. The website may be accessed on the Internet at https://www.sam.gov/portal/SAM/#1. Attached to this Notice is a DRAFT PWS and PWS Attachments 2-10. The Government is seeking innovative ideas in providing efficient practices to perform refueling and defueling services as stated in this PWS and RFP. The proposal will be evaluated on a Best Value - Trade Off basis and a proposal that has better processes/procedures/plans that ensures the best possible usage of refueling and defueling equipment and manpower for the life of the contract may be worth more to the government than a proposal that just meets the minimum needs. EXAMPLES OF POSSIBLE INNOVATIONS, NOT ALL-INCLUSIVE, ARE AS FOLLOWS: 1. The number of qualified refueling/defueling trucks and other equipment required for base field and stage fields. 2. Adequate manpower required to perform the work. 3. Innovative ideas to keep equipment at optimal levels 4. Innovative ideas to keep manpower at optimal levels 5. Safety and Quality Control Plan and Training 6. Plan to make a successful Phase-In Period Potential Offerors are encouraged to comment on the DRAFT PWS, Phase-In period and submit cost saving ideas to the points of contact below. Potential Offerors are also encouraged to comment on the currently scheduled Phase-In period of 25 October 2017 to 15 December 2017. All responses that would reveal a potential Offeror's confidential business strategy, technical solution, or any information that is considered unique to a particular Offeror and will not be disclosed by the Government. Reponses and comments are to be submitted no later than 30 June 2017 12 noon EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0dbe53dc0a6d6b5003d7f142cfc3af69)
 
Place of Performance
Address: Fort Rucker, Alabama, Dothan, Alabama, United States
 
Record
SN04547739-W 20170618/170616234704-0dbe53dc0a6d6b5003d7f142cfc3af69 (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.