Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2012 FBO #3868
SOURCES SOUGHT

X -- COCO fuel services, operations and maintenance at Fort Knox, KY

Notice Date
6/25/2012
 
Notice Type
Sources Sought
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
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
SP060012R0540
 
Point of Contact
Ivan Hargrove, Phone: 7037679328, Monica T. Fass, Phone: 703 767-9335
 
E-Mail Address
Ivan.Hargrove@dla.mil, monica.fass@dla.mil
(Ivan.Hargrove@dla.mil, monica.fass@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 fuel management services. No solicitation is being issued at this time. For reference purposes, the solicitation, when issued, will be numbered SP0600-12-R-0540. The amount of information available 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 (DLA) Energy, Domestic Storage and Services Division, Bulk Petroleum Business Unit-BXB seeks potential small business sources to perform fuel operation, support operation, management and administration pertaining to the receipt, storage, handling and issue of capitalized fuel products while maintaining product quality and inventory accountability at Fort Knox, KY. Interested firms should be able to provide all personnel, equipment, tools, material, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products. No government equipment or facilities will be provided to the contractor at the Contractor-Owned, Contractor-Operated (COCO) site. The government will award one firm, fixed price contract for a five-year multiyear period, beginning on or about August 01, 2013. Contract awarded is subject to FAR 52.222.41, Service Contract Act of 1965. The proposed solicitation is being considered as a set-aside under small business set-aside program. The North American Industry Classification System (NAICS) Code is 424710 and the size standard is 100 employees. 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 not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided to the Government as a result of this notice is voluntary. All repsonses to this notice are to be submitted by 1600hours local Ft Belvoir time on July 10, 2012. Only responses submitted via email will be considered. Email submissions to: ivan.hargrove@dla.mil. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for the last 3 years, office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the Central Contractor Registration is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor as subcontractor on service contract for similar fuel management requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity, Period of performance, Dollar Value, Type of Contract (Fixed, Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolution taken. 4. Do you anticipate any type teaming arrangement for this rquirement? If yes, please address what kind of arrangement and what percentage of work, type(s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year contract at one or more locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP060012R0540/listing.html)
 
Place of Performance
Address: Fort Knox, Kentucky, United States
 
Record
SN02785570-W 20120627/120625235544-f71b4a500e9b9dc1d45a18e4d46e441d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.