The U.S. Army Engineering and Support Center, Huntsville provides direct support to the Defense Logistics Agency -Energy (DLA-E) Recurring Maintenance and Minor Repair (RMMR) Centrally Managed Program (CMP). In support of DLA -Energy, the U.S. Army Engineering and Support Center, Huntsville, in Huntsville, Alabama seeks to solicit and award a contract to provide all required Recurring Maintenance and Minor Repair Services identified through a Preventive Maintenance Plan prepared by the Contractor to provide Recurring Maintenance, Minor and Emergency Repair, Minor Construction Services and Records Management for DLA-Energy capitalized marine loading arms and related appurtenances on military installations in the continental United States (CONUS) and outside of the continental United States (OCONUS) in compliance with applicable code, criteria, regulations, and laws of the United States (local and national) and SOFA agreements(if applicable) at the following locations:
Akasaki, Japan; Charleston DFSP,NC; Craney Island, VA; DFSP San Pedro, CA,; Elgin, FL; FISC Manchester, WA; DFSP Guam, Guam; Hakozaki, Japan; Hurlburt, FL; Iorizaki, Japan; Iwakuni, Japan; FISC Jacksonville, FL; JAX-Mayport, FL; Langley AFB, VA; MCAS Beaufort, SC; NAS New Orleans, LA; Rota, Spain; San Diego (PT Loma), CA; Whidbey Island, WA; Yokose, Japan, and Yorktown, VA.
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 DLA-Energy capitalized marine loading arms and related appurtenances.
It is the Governments 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 award contemplated will be for a firm-fixed price contract consisting of a base year and up to four (4) option periods, not to exceed five (5) years.
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.
Estimated Date of Publication for RFP: On or About August 2, 2016.
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/.