SOURCES SOUGHT
99 -- Contractor-Owned Contractor-Operated (COCO) Fuel Storage Services in Port of Salalah, Oman
- Notice Date
- 6/4/2025 3:18:10 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-25-R-0521
- Response Due
- 6/5/2025 12:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- Dominique Vest, Phone: 5717678731, James Harkless, Phone: 5717678542
- E-Mail Address
-
Dominique.1.Vest@dla.mil, James.Harkless@dla.mil
(Dominique.1.Vest@dla.mil, James.Harkless@dla.mil)
- Description
- This is a Sources Sought/Synopsis which seeks information from sources that can provide fuel storage services. A solicitation has not been issued at this time. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) - Energy will be issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) ancillary facilities and services in the Port of Salalah, Oman on 24 hours, 7 days per week basis. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products to include Turbine Fuel Aviation JP-5 and Fuel Naval distillate Grade F-76. This requirement is to procure COCO fuel storage services with the capability to receive via Tanker/Barge, store, protect, additize, as required, and ship commercial JP-5 and F-76 via Marine tanker/barge, Naval Vessels and Tank Truck. Storage (fill capacity) of 670,000 barrels (BBLS) of JP-5, 790,000 BBLS of F-76 must be available upon award at a single facility. A minimum of two tanks per fuel grade interconnected and isolated from other facilities and products handled within the storage facility is required. The solicitation number will be SPE603-25-R-0521 and it will be published electronically on the System for Award Management (SAM) website at www.SAM.gov. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) formerly known as Wide Area Workflow (WAWF). This procurement will be full and open under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates awarding a firm fixed-priced contract. The resultant contract will include a four-year base period of performance, anticipated to commence May 10, 2026 through May 09, 2030, with one five-year option anticipated from May 10, 2030 through May 09, 2035, an option to extend the contract for a total of no more than six months anticipated from May 10, 2035 through November 09, 2035. This procurement will be solicited under full and open competition. Dates of the virtual pre-proposal conference, in conjunction with the site visits, will be listed in the solicitation. Offerors will be required to submit in writing to the Contract Specialist (via e-mail) the name(s) of the individual(s) who plan to attend. Interested companies should respond to the questions below. Responses are limited to not more than 5 pages. 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 NLT 3:00 P.M local time Ft Belvoir, VA time on June 5, 2025. Only responses submitted via E-Mail will be considered. E-Mail submissions to Dominique.1.Vest@dla.mil . The following information is requested: 1. Please provide a brief summary of the company profile and its core competencies to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, business size, and a statement regarding current business status. Please note that registration in System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. Please also provide Point of Contact (POC) information to include name(s), address, email, and phone number. 2. Capability Statement. Provide a brief explanation of your firm's capabilities to provide Contractor-Owned, Contractor-Operated Fuel Storage Facilities, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, account for petroleum products, maintain the associated aviation fuel facilities and to provide 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 aviation 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 COCO 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. Location: Please provide the location/address of your facility. This sources sought/synopsis is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist and to assist in determining if this effort can be competitive. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is not an RFP, a promise to issue an RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12ba1095842e4db988f5b8026a2ec330/view)
- Place of Performance
- Address: Salalah, OMN
- Country: OMN
- Country: OMN
- Record
- SN07466472-F 20250606/250604230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |