Solicitation for Commercial Services
RFP W912DY-16-R-TBD
Pre-Solicitation Posted as W912DY-16-R-0017
DLA-Energy Petroleum Facilities Maintenance and Minor/Emergency Repairs
Classification: NAICS 213112
The US Army Engineering and Support Center in Huntsville, Alabama intends to solicit and award a task order for recurring maintenance and minor/emergency repair and minor construction services on the DLA-Energy capitalized marine loading arms (MLA) and related appurtenances in order to provide compliance with applicable code, criteria, and federal, state, and local regulations at the following sites:
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 petroleum systems. The task order award contemplated will be for work described in the attached Performance Work Statement (PWS) for a base year and up to four (4) option periods, not to exceed five (5) years.
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-Energy (DLA-E) capitalized MLAs and related appurtenances at the aforementioned installations.
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 Government has entered into Basic Ordering Agreements (BOA) for this scope of work. Offerors that are not BOA holders that wish to compete for this work must also submit information to qualify for issuance of a BOA. Contact Aquiller Cole, Contract Specialist, for more information.
Award of a Firm-Fixed Price (FFP) service order will be made. The proposed award will consist of one-year base period of performance and up to four option periods, not to exceed five (5) years. The solicitation number associated with this notice is W912DY-16-R-0017. 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 a notice to proceed can occur, 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 within 3 business days of award notification.
Contact regarding the requirements set forth in this RFP 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 RFP shall be submitted in writing no later than 10:00 AM CST, 02 February 2016 to contract specialists Aquiller Cole and Megan Carper at [email protected] and [email protected]. Please courtesy copy Angela Wilson, at [email protected] on all correspondence. The government intends to solicit requests for proposals (RFP) for this requirement on or about February 22, 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. A draft PWS is attached for your review.