Akaski (AKS), NAF Atsugi (ATS), PMRF Barking Sands (Kauai), Camp Foster (BTL), Camp Courtney (COU), Diego Garcia (Indian Ocean) (DGO), Camp Fuji (FUJ), MCAS Futenma (FUT), Camp Gonsalves (GON), Hakozaki (HAK), Camp Hansen (HAS), DFSP Hachinohe (HCH), Hickam AFB (HIC), DFSP Iorizaki (IOR), MCAS Kaneohe Bay (Hawaii) (KAN), Camp Kinser (KIN), PWC Pearl Harbor (PPH), Pearl Harbor/Red Hill (PRL), Pearl Harbor/Red Hill (RHL), Camp Schwab (SCB), DFSP Tsurumi (TCH), DFSP Tsurumi (TSU) and DFSP Yokose (YOK)
The Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct inspections, preventive maintenance, minor repair, and minor construction on the petroleum systems. The BOA order contemplated will be for a base year and up to four (4) option periods, not to exceed five (5) years in accordance with (IAW) the Performance Work Statement (PWS). The Basic Ordering Agreement (BOA) order would be procured in accordance with FAR Part 12, Acquisition of Commercial Items.
Description of Supplies/Services: The Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment and incidentals necessary to conduct recurring maintenance and minor/emergency repairs of DLA-E capitalized petroleum facilities at the aforementioned installations.
It is the Government's intent to solicit on the basis of full and open competition under North American Industrial Classification System (NAICS) Code 213112, Support Activities for Oil and Gas for this acquisition. The Government has entered into a BOA for this scope of work. Offerors that are not BOA holders but wish to compete for this work must submit information required IAW evaluation criteria listed in the subsequent Request for Proposal (RFP). Contact Aquiller Cole or Megan Carper, Contract Specialists, for more information.
Award of a Firm-Fixed Price (FFP) order will be made. The proposed order will consist of one-year base period of performance and up to four option periods of performance, not to exceed five (5) years. The solicitation number associated with this notice is W912DY-16-R-0060. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs.
This notice is being posted to satisfy the requirement of FAR 5.2, Synopses of Proposed Contract Actions. Neither a pre-proposal site visit nor a pre-proposal conference will be held.
Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the System for Award Management (SAM) database prior to award. Interested parties are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/.
Before contract performance can begin, the selected awardee will have to prepare and submit an Accident Prevention Plan (APP) for review and approval in accordance with EM385-1-1. It is expected that the APP be submitted for Government review 3 days after date of contract (ADC) award.
Contact regarding the requirements set forth in this pre-solicitation notice shall only occur with the Contracting Office. Discussions or information obtained via other sources could make you ineligible for award if deemed a Conflict of Interest or a Violation of the Procurement Integrity Act. Any questions pertaining to this pre-solicitation notice shall be submitted in writing no later than 10:00 AM CST, 23 June 2016 to Contract Specialists Aquiller Cole and Megan Carper at [email protected] and [email protected]. Please courtesy copy the Contracting Officer, Althea Rudolph, at [email protected]. The government intends to solicit Requests for Proposals for this requirement on or about 5 July 2016.
NOTE: Firms shall NOT engage in any form of contact with installation personnel regarding this requirement prior to issuance of a contract award from an appointed Contracting Officer.