SOLICITATION NOTICE
M -- Delivery of Aviation and Ground Fuel Support at Minot AFB, ND
- Notice Date
- 2/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324110
— Petroleum Refineries
- 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
- SPE60015R5999
- Point of Contact
- Ivan Hargrove, Phone: 7037679328, Vicki M. Hahn, Phone: 703 767-6494
- E-Mail Address
-
Ivan.Hargrove@dla.mil, vicki.hahn@dla.mil
(Ivan.Hargrove@dla.mil, vicki.hahn@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NOTICE OF INTENT: Pursuant to FAR part 6.302-1 (b) (1) (i), the Defense Logistics Agency Energy intends to issue a sole source modification to the existing Minot Air Force Base (AFB), North Dakota requirement for operation and maintenance of aviation (JP-8 and Jet A) and ground fuel bulk storage (Gasohol and Diesel). The existing requirement provides for the necessary personnel and resources during required hours of operation at the bulk storage facility to ensure safe, accurate, and timely receipt, storage, transfer, and issue of on specification DWCF-owned petroleum products under the control of the service provider. The service provider performs required maintenance to ensure the bulk storage facility and associated systems remain operational to meet the base mission. In addition, the service provider complies with environmental protection, safety, and security directives. This modification will add the requirement for the acquisition of aviation fuel delivery and on demand ground product fuel delivery/issue to organizational tanks in support of Missile Alert Facilities (MAF) and Launch Facilities (LF) at outlying locations within the Minot AFB area of responsibility. The contract included consists of an award made to one small business service provider, namely: Contract Number: SP0600-13-C-5338 Award Date: August 27, 2013 Contractor: Walsingham Group The purpose of this notice is to publicize the Government's intent for a sole source action under the contract listed above and to determine interest and capability available to perform the services described herein. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will consider all responses and determine the strategy for this acquisition. The Government does not intent to rank submittals or provide any reply to interested firms. Minot Air Force Base North Dakota is part of the U.S. Air Force's nuclear deterrence Program. DLA Energy will provide the Missile Alert Facilities (MAF) and Launch Facilities (LF) ground and aviation fuel support requirement by adding this requirement to the current Minot bulk fuel services contract. Contract SP0600-13-C-5338 will be modified to include the requirement for the service provider to provide fuel deliveries to the Minot MAFs/LFs. Providing MAF/LF support from Minot base proper [defined as the main Minot base not including the MAFs/LFs] by the current service provider, will resolve current problems with using a separate Direct Delivery fuel contract to meet this requirement. Use of the current GOCO bulk fuel services contract will ensure the availability of a dedicated workforce with appropriate security clearances available for deliveries (24 hours/day, (7) days per week because the delivery drivers will be made available from the larger GOCO bulk fuel services mission workforce, offering a larger pool of employees able to meet security requirements. Delivery drivers are required to be on an Entry Authorization List (EAL). The EAL process is stringent and can take up to 30 days to complete. MAF/LF support from Minot base proper will also resolve current issues concerning availability of fuel supply because ground and aviation fuel will be issued from the Minot bulk fuel tanks for delivery to the MAFs/LFs. SUBMISSION REQUIREMENTS: This special notice announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under NAICS code 324110. Interested firms should submit a document describing relevant, demonstrated experience and qualifications in response to the questionnaire below. Submissions should be sent via email to Vicki.Hahn@dla.mil and Ivan.Hargrove@dla.mil no later than 28 February 2015 in the following format: Submissions should not exceed ten - 8.5 x 11 inch pages. The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the services. This intent to award is for market research only and is not a Request for Proposal (RFP) nor does it restrict the Government 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 or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Mr. Ivan Hargrove, Contracting Officer, ivan.hargrove@dla.mil and Mrs. Vicki Hahn, Contract Specialist, Vicki.hahn@dla.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. CAPABILITIES QUESTIONNAIRE: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contracts for similar fuels 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 resolutions taken. 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, 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/SPE60015R5999/listing.html)
- Place of Performance
- Address: Minot AFB, ND, Minot AFB, North Dakota, United States
- Record
- SN03653318-W 20150228/150226235147-b68f3a2d42fc92fb17affbc527a59769 (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 |