Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

M -- Alongside Aircraft Refueling

Notice Date
11/13/2017
 
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
SPE603-18-R-0510
 
Point of Contact
Wing Yi Wong, Phone: 7037679327, Owen Lee Hassig, Phone: 7037678486
 
E-Mail Address
wing.wong@dla.mil, owen.hassig@dla.mil
(wing.wong@dla.mil, owen.hassig@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE - MARKET RESEARCH This is a Sources Sought Notice only. It seeks information from small business sources that can provide fuel management services. No solicitation is being issued at this time. 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, Army/Navy Optimization Aircraft Refueling & Misc Domestic Large Purchases Bulk Petroleum Business Unit-FESAB seeks potential small business sources to perform non-personal services which includes management, operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and environmental protection of Government-Owned, Contractor-Operated (GOCO), Joint Base Lewis McChord & Yakima Training Center, WA. Contractor furnished refueling vehicles, tools, and other specialized equipment are required. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, maintain, store, sample and test, internally transfer, and issue petroleum products, and will be responsible for all fuel-servicing operations and safeguarding facilities, equipment, and fuel products under its control during normal and adverse conditions. The Government will award one firm-fixed price contract for a four-year base period, beginning on or about October 1, 2018. This requirement may include a five-year option period. Contracts awarded are subject to FAR 52.222-41, Service Contract Act of 1965, to include Collective Bargaining Agreements. The proposed solicitation is being considered as a unrestricted solicitation. The North American Industry Classification System (NAICS) Code is 493190, and the size standard is $27.5 million. Responses are limited to not more than 15 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 12:00 pm local Fort Belvoir, VA, time on November 27, 2017. Responses will be accepted via electronic means only. Email submissions to: wing.wong@dla.mil. 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. 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 fuels management. 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? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain in detail any experience your company has had interacting with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-0510/listing.html)
 
Place of Performance
Address: Joint Base Lewis McChord and Yakima Training Center, JB Lewis McChord, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04738425-W 20171115/171113231009-94fd01d45b246ce6f8c50e1f20765307 (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.