The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award a task order for recurring preventative maintenance and minor/emergency repair services on the Defense Logistics Agency-Energy (DLA-E) capitalized petroleum facilities at the following locations:
• Bradley International Airport, Hartford, CT
• New Castle Airport, Wilmington, DE
• Dover Air Force Base, Dover, DE
• Westover ARB, Springfield/Chicopee, MA
• Barnes Map ANG, Westfield, MA
• Hanscom AFB, Bedford, MA
• Otis ANG Base, Cape Cod, MA
• Pittsburgh International Airport (PHG) ARS, Pittsburgh, PA
• Fort Indiantown Gap AGS, Harrisburg, PA
• Harrisburg International Airport ANG, Harrisburg, PA
• Horsham AGS, Horsham, PA
• Quonset State Airport, Kingstown, RI
• North Smithfield ANG Station, Smithfield, RI
• Ft. Eustis, Newport News, VA
• Langley AFB, Hampton/Newport News, VA
• Burlington IAP, Burlington, VT
• Yeager Airport, Charleston, WV
• EWVRA - Shepherd Fld Main Base, Martinsburg, WV
• Andrews Site, Alexandria, VA
• Martin State Airport, Baltimore, MD
• Bangor International Airport, Bangor, ME
• Bangor Lease Land Site, Bangor, ME
• Pease ANGB, Portsmouth, NH
• Warren Grove Range, Atlantic City, NJ
• Atlantic City International Airport, Atlantic City, NJ
• Fort Dix, Trenton, NJ
• McGuire AFB, Trenton, NJ (2 sites - MCG & MCA)
• Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) Lakehurst, NJ
• Schenectady ANG Map, Schenectady, NY
• Stewart IAP, Newburgh, NY
• Francis S. Gabreski Airport, Long Island, NY
• Hancock Field, Syracuse, NY
• Niagara Falls, Buffalo, NY (2 sites - NFL & NIA)
• Thule Air Base, Qaasuitsup, Greenland
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 capitalized petroleum facilities at the aforementioned installations.
North American Industrial Classification System (NAICS) Code 213112 is applicable to this acquisition. Award of a Firm-Fixed Price (FFP) purchase order will be made. The proposed award will consist of one base period of performance and up to four optional periods of performance. The individual solicitation will be posted on FBO.gov under solicitation W912DY-16-R-0025 and will be issued as a Request for Proposal (RFP).
This pre-solicitation notice is being posted to satisfy the requirement of FAR 5.201.
It is the Government's intent to solicit on the basis of full and open competition. 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 Joseph Osborn, Contract Specialist, for more information.
Contact regarding the requirement 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 Procurement Integrity Act. Contractors shall NOT engage in any form of contact with installation personnel regarding this requirement prior to issuance of notice to proceed by the Contracting Officer.
Contracting Office Address:
USACE HNC, Huntsville, 4820 University Square, Huntsville, AL 35816-1822
Point of Contact:
Megan Carper, Contract Specialist, 256-895-1843, [email protected]