SOURCES SOUGHT
U -- Oil Pollution Act of 1990 (OPA 90) Training
- Notice Date
- 3/11/2011
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-11-R-0514
- Point of Contact
- Tina M. Frison, Phone: 7037679332, Jacob H. Vigil, Phone: 7037679331
- E-Mail Address
-
tina.frison@dla.mil, jacob.vigil@dla.mil
(tina.frison@dla.mil, jacob.vigil@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only. It seeks information from small business sources that can provide OPA 90 Training. No solicitation is being issued at this time. For reference purposes, the solicitation, when issued, will be numbered SP0600-11-R-0514. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency Energy, Domestic Storages and Services Division, Bulk Petroleum Business Unit-BXA seeks potential small business sources to provide Oil Pollution Act of 1990 (OPA 90) training to include tailored training to the needs of various onshore storage and distribution facilities in accordance with the National Preparedness for Response Exercise Program (PREP) Guidelines, 1994, Training Reference for Oil Spill Response, 1994, where applicable DoD 4715-5G, Overseas Environmental Baseline Guidance Document or Final Government Standards of the host nation, and the individual installation's spill response plan. This requirement will enable DLA Energy to ensure facilities are in compliance with mandatory training as directed by the Oil Pollution Act. The scope of this requirement applies to DoD petroleum storage facilities in the Continental United States (CONUS), Alaska, Hawaii, its territories, and a limited number of facilities in the DLA Energy Pacific Region, European Region, and the Middle East Region. Training shall be tailored to meet the needs of each facility. The Government is anticipating awarding a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with cost-reimbursable provisions for travel only, on or about December 2011. The proposed solicitation is being considered as a set-aside under a small business set-aside program. The North American Industry Classification (NAICS) Code is 541602, and the size standard is $7.0 Mil. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Responses are limited to no more than three (3) pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by the industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 1500 hours EDT on March 21, 2011. Only responsed submitted via e-mail will be considered. E-Mail submissions to: Tina.Frison@dla.mil. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE CODE, and a statement regarding current business status. Please note that registration in the Central Contractor Registration (CCR) is required for DLA Energy contracts. 2. Capability of providing qualified and experienced personnel, to conduct OPA 90 training. 3. Past Performance: Experience providing OPA 90 training, to include tailored training for a specific installation or facility at a firm fixed price. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of services you would perform. 5. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year firm fixed price multi-year contract, in the event there are difficulties with invoice payments?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-11-R-0514/listing.html)
- Place of Performance
- Address: DoD petroleum storage facilities in the Continental United States (CONUS), Alaska, Hawaii, its territories, and a limited number of facilities in the DLA Energy Pacific Region, European Region, and the Middle East Region., United States
- Record
- SN02399438-W 20110313/110311234811-8144c63783f8962b364f41cad869da12 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |