Federal Bid

Last Updated on 18 Feb 2016 at 9 AM
Sources Sought
Huntsville Alabama

DLA - E Fuels Navy Phase 1 Project - Re-Compete

Solicitation ID W912DY-16-R-
Posted Date 27 Jan 2016 at 11 PM
Archive Date 18 Feb 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Huntsville Alabama United states 35806

99-Sources Sought: Defense Logistics Agency - Energy Recurring Maintenance and Minor Repair Centrally Managed Program

In support of the DLA - Fuels Program, the U.S. Army Engineering and Support Center in Huntsville, Alabama seeks to provide emergency repair, minor repair, and records management for Defense Logistics Agency (DLA) capitalized equipment and petroleum facilities on military installations in the continental United States (CONUS) and outside of the continental United States (OCONUS) in compliance with code, criteria, regulations, and laws of the United States (local and national). Successful Offerors must be able to meet Foreign Clearance Requirements specified at https://www.fcg.pentagon.mil/fcg.cfm for respective OCONUS locations.

1. Contract Information: The U.S. Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award a task order contract under one of the program's Basic Ordering Agreements for all required emergency repair services, recurring maintenance and minor repair services identified through a preventive maintenance plan prepared by the contractor to provide emergency repair, minor repair, and records management for petroleum facilities on military installations in the continental United States (CONUS) and outside of the continental United States (OCONUS)at the following sites:

AUTEC, Bahamas; Blount Island, FL; JRB Fort Worth, TX; Guantanamo Bay, Cuba; Jacksonville FISC (Northside & Mayport), FL; Meridian, FL; Mayport, FL; Panama City Beach, FL; JRB New Orleans, LA; New River, NC; Parris Island, SC; Pensacola, FL; Quantico, VA; Albany, GA; and Whiting Field, FL.

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 a base year and up to four (4) option periods, not to exceed five (5) years and would be procured in accordance with FAR Part 12, Acquisition of Commercial Items. The Government is performing market research in order to determine which businesses, large and small, possess the interest and capability to execute the requirements of this anticipated request for proposal (RFP).

Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms.

2. Project Information: The U.S. Army Engineering and Support Center in Huntsville provides direct support to the Defense Logistics Agency - Energy (DLA-E) Petroleum Facilities Maintenance and Repair Program. The mission of the DLA-E Petroleum Facilities Maintenance and Repair Program is to provide recurring maintenance (quarterly, semi-annual, and annual) and minor repair/minor construction services at Government petroleum facilities in CONUS and OCONUS locations.

3. Submission Requirements: This sources sought announcement is unrestricted to allow small and large businesses to respond. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 213112 and Product Service Code 4930.

Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to [email protected] and/or [email protected] no later than 14:00PM CST on 3 February 2016 in the following format: Submissions should not exceed ten - 8.5 inches x 11 inches pages (five pages if printed two-sided). The submission should address all questions in the sources sought questionnaire below and your ability to perform the work, obtain the necessary financing, etc.

In addition to submitting a response to the sources sought questionnaire, interested firms are invited to review the attached draft performance work statement (PWS) and provide comments. There is no specified page limit or format for feedback on the draft PWS.

This synopsis is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.

No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Ms. Aquiller Cole, Contract Specialist, at aquiller[email protected] or Ms. Megan Carper, Contract Specialist, at megan[email protected]. Please courtesy copy Mrs. Angela Wilson, Contracting Officer, at [email protected] on all responses. Personal visits for the purpose of discussing this announcement will not be scheduled.

SOURCES SOUGHT QUESTIONNAIRE

1. What is the name of your business?

2. What is your business address?

3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e- mail address.

4. Does your firm meet any of the socioeconomic categories outlined in FAR Part 19, Small Business Programs and validated through your company's representations and certifications in the System for Award Management (SAM)? If so, list all that apply.

5. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), and/or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR Sub-Part 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.)

6. Provide at least one (1) example, no more than three, of the same or similar projects for which you were the prime contractor, joint venture partner or first tier subcontractor responsible for providing all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct inspections preventative maintenance, minor repair, and minor construction on petroleum systems and facilities in order to provide compliance with applicable code, criteria, federal, state, and local regulations.

 

Bid Protests Not Available