SOURCES SOUGHT
M -- Sources Sought - NAWS China Lake, CA - SPE60018R5X10
- Notice Date
- 12/12/2017
- 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
- SPE600-18-R-5X10
- Point of Contact
- Nakia G. Shaw, Phone: 7037677449
- E-Mail Address
-
nakia.shaw@dla.mil
(nakia.shaw@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is intended for informational and planning purposes only. This notice shall not be construed as a solicitation or as an obligation on the part of the Defense Logistics Agency Energy (DLA-Energy). For reference purposes, this FBO notice is numbered SPE600-18-R-5X10. The amount of information available at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. DLA Energy, Overseas Storage and Services Division, Bulk Petroleum Business Unit-FESBA seeks to identify potential qualified businesses that are able to provide bulk fuel storage operations services for bulk aviation fuel products for the operation, maintenance, security, and safety of Government aviation and ground fuel bulk storage facilities at The Naval Air Weapons Station (NAWS) China Lake Fuel facility, CA. The Contractor will receive, maintain, store, sample and test, internally transfer, and issue capitalized petroleum products. The contractor 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 plans to award one firm fixed price contract following Source Selection procedures IAW FAR 15.101-2. The period of performance is four years with one four-year option period. Contract award is subject to FAR 52.222-41, The Service Contract Labor Standards (formerly known as the Service Contract Act of 1965). The North American Industry Classification System (NAICS) Code is 493190 and the dollar value is $27.5 million. Interested parties should submit information to the following areas in their capability statements: 1. Provide a company profile to include the number of employees, annual revenue history for the last three (3) years, office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) 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 service contracts for similar fuels management requirements? If so, please provide the following: 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 subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Please 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, types(s) of service would you perform. 5. Does your company have experience with Service Contract Labor Standards (formerly Service Contract Act of 1965) covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs) or Company Agreements? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and or adequate lines of credit to purchase fuel trucks and sustain and support a four-year contract in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Any information provided 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 9:00 AM local Ft. Belvoir, VA time on December 27, 2017. Only responses submitted via E-mail will be considered. Please E-mail all capability statements to: bidcustodian@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-18-R-5X10/listing.html)
- Place of Performance
- Address: China Lake, California, United States
- Record
- SN04764448-W 20171214/171212231215-2491257ffe7a2cca660afacf219a184c (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 |