Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025

Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft Belvoir, VA 22060-6222

M -- OPERATION AND MAINTENANCE OF DEFENSE FUEL SUPPORT POINTS JACKSONVILLE, FL AND NORFOLK, VA SOL SP0600-98-R-0042 DUE 042098 POC Carol Roberson, Contract Speciaist (703-767-9329)croberson@dfsc.dla.mil or Joan Turrisi, Contracting Officer (703) 767-9325 WEB: DFSC Homepage, http://www.dfsc.dla.mil/main/dfschome.htm. E-MAIL: Jacksonville, FL/Norfolk, VA Solicitation, croberson@dfsc.dla.mil. NOTE:THE DEFENSE FUEL SUPPLY CENTER (DFSC) NAME HAS CHANGED TO DEFENSE ENERGY SUPPORT CENTER (DESC) REQUIREMENT: Required services include operation, maintenance, product quality surveillance, inventory control and accounting, security, safety and plant services for Defense Fuel Support Points (DFSPs) Norfolk, VA and Jackonville, FL. Contract Performance is tentatively scheduled to begin December 1, 1998 through December 1, 2000 with three one-year options to renew. DFSP Norfolk, VA is comprised of three sites: Craney Island, Sewell's Point and Yorktown. The sites are separated by 20-42 miles. The current combined storage capacity is approximately 2.6 million barrels of JP-5, JP-8, F76, lubricating oils,and Fuel Oil Reclaimed. Projected annual throughput is approximately 12 million barrels. DFSP Jacksonville, FL is comprised of three sites: Northside Fuel Depot, Naval Air Station (NAS) Jacksonville and Naval Station (NS)Mayport. The sites are separated by 26-46 miles. The current combined storage capacity is approximately 760,000 barrels of JP-5, JP-8, F76, lubricating oils, and Fuel Oil Reclaimed. Projected annual throughput is approximately 2.4 million barrels for the first year of the performance and approximately 1.6 million barrels for each of the outyears. The solicitation will be issued on or about February 19,1998.It will be mailed to all requesting parties and will also be available electronically via the internet at http://www.dfsc.dla.mil/main/solic.htm. A pre-proposal conference/site visit will be held at each location in mid March. Specific dates will be provided in the solicitation. NOTE: This procurement is being conducted in accordance with the provisions of Office of Management and Budget (OMB) Circular A76 "Performance of Commercial Activities". The solicitation initiates the Government cost comparison to determine whether accomplishing the specified work under contract or by Government performance is more economical. Offers will be evaluated using formal source selectionprocedures. Evalation factors include operational capbility, performance, price and subcontracting procedurs/intentions. Within the factor of operational capability are the following subfactors, which will require offeror submission of corresponding plans: Operation and staffing plan; personnel qualifications/experience/education; product quality surveillance plan; product inventory controll and accountability plan; security plan; training plan; safety plan; equipment/vehicle plan; maintenance plan; and contract compliance plan. In accordance with OMB A-76 guidelands, industry offers will first be evaluated and a best value industry offer will be selected. That offer will then be compared with the Government offer to determine which is more economical. In the event the contractor's offer is successful, a two-year fixed price contract with three one-year renewal options will be awarded. If Government performance is deermined to be more economical, the solicitation will be canceled and no contract will be awarded. (0033)

Loren Data Corp. http://www.ld.com (SYN# 0049 19980204\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page