SOURCES SOUGHT
X -- Contractor-Owned Contractor-Operated Fuel Storage Services (Jet A) in Port Everglades, FL
- Notice Date
- 8/21/2018
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- 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
- SPE603-18-R-5X21
- Archive Date
- 9/6/2018
- Point of Contact
- Kimberly A.Ng Brown, Phone: 7037679335
- E-Mail Address
-
Kimberly.ng-brown@dla.mil
(Kimberly.ng-brown@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 Contractor-Owned Contractor-Operated (COCO) Jet A fuel storage/transportation services within the area of Port Everglades, FL. This notice is issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. This is not a Request for Proposal (RFP), a promise to issue a RFP or a promise by the Government to pay for information received in response to this notice or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract. For reference purposes, this FBO notice is numbered SPE603-18-R-5X21. Defense Logistics Agency (DLA) Energy - FESBA seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide Contractor-Owned Contractor-Operated (COCO) fuel services within the area of Port Everglades, FL. Approximately 120,000 barrels (safe fill capacity) of commercial-grade aviation turbine fuel (Jet A) storage is required. The contractor shall be capable of injecting three (3) additives (FSII, SDA & CI/LI) as required for outbound tank truck shipments as grade F24 (Jet A with additives). A minimum of two tanks per fuel grade; interconnected and isolated from other facilities and products handled within the storage facility will be required. All storage must be available upon award at a single facility. Any product or additive tank offered must meet the minimum requirements of the current American Petroleum Institute (API) standards, National Fire Protection Association (NFPA) codes, and/or all federal, state, and local laws and/or regulations applicable. The U.S. Government will be entitled to 350,000 barrels of throughput, for each 12 month contract period. The contractor is also required to provide the following: a. Receipt: The contractor's facilities shall be capable of receiving U.S. Government Owned product via tankers/barges 24 hours per day, seven days per week at pumping rates compatible with the mode of transportation tendered (minimum 8,000 barrels per hour (BPH) for tankers and 2,000 BPH for barges). The contractor's dock or pier facilities shall be capable of receiving and berthing tankers/barges not to exceed 35,000 dead weight ton (DWT) vessels and a draft of 34 feet at mean low water. The contractor will maintain a minimum water depth of 38 feet at mean low water in all passages or channels from the ocean to the dock or pier. b. Shipping: The contractor's facility shall be equipped with capability to load tankers/barges and equipped with a truck loading rack. Tankers/Barges: The contractor's pier facility shall be capable of loading aviation turbine fuel grade Jet A into government-provided tankers/barges in compliance with all regulatory and industry standards. The contractor will load tankers/barges as required, 24 hours per day / 7 days per week. Tank Trucks: The contractor must be capable of injecting three (3) additives during truck loading and loading aviation turbine fuel grade F24 into tank trucks. The contractor shall be capable of loading trucks 24 hours per day, 7 days per week. The contractor's tank truck loading and shipping facility shall provide access to third party furnished tank trucks, be capable of bottom loading product, be equipped with an electronic overfill protection system and temperature compensating meters measuring the product being loaded, and be able to load up to four 8,000-gallon tank trucks per hour. The contractor's tank truck loading facilities shall comply with applicable federal, state, and local environmental laws and regulations and equipped with sufficient lighting to continue operation in hours of darkness. c. Filtration: The contractor's facility must include a fuel filtration/separation system that meets the specifications outlined in the current API Publication 1581, "Specifications and Qualification Procedures - Aviation Jet Fuel Filter/Separator". d. Office Facility Support: The contractor shall furnish, as a minimum, office space of approximately 110 square feet and furniture for use by the DLA Energy QAR/COR. Furniture items include a 3-drawer desk, one swivel chair with armrests, one straight chair, 2-shelf bookcase, 3-drawer letter size locking file cabinet, and a ten digit desktop calculator or equivalent. The contractor shall provide janitorial services for the QAR/COR office space of the same quality and type that is provided for the contractor's office area at the terminal. Telephone, facsimile and photocopier access shall be provided as well. The U.S. Government anticipates to issue a solicitation for the award of a Firm-Fixed-Price contract. The period of performance is estimated to begin on June 1, 2019 through May 31, 2023 (four years base period) and will include a five-year option to renew (estimated June 1, 2023 through May 31, 2028). The contract will be subject to FAR 52.222-41, Service Contract Labor Standards. The proposed solicitation is being considered as a set-aside under the small business set-aside program. The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $27.5 million dollars. The government is interested in the following small business categories: 8 (a), small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business concerns (if NAICS is applicable). Interested companies should respond to the following: 1. Provide a company profile to include number of employees, DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in System for Award Management (SAM) and Wide Area Workflow (WAWF) are 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 or subcontractor on a service contract for similar fuels testing 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 the laboratory testing of petroleum products. 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? 6. Do you have an approved accounting system in place to adequately track expenditures? 7. What realistic phase-in period would you require (if any) to commence performance? Responses are limited to not more than 15 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. The Government will not pay for any information received in response to this notice or any subsequent announcement related to this notice. All responses to this notice are to be submitted by 10:00 a.m. EST on September 5, 2018. Response(s) shall be submitted via email to be considered. Submit any response to the following email address: Kimberly.Ng-Brown@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-5X21/listing.html)
- Place of Performance
- Address: Port Everglades, Florida, United States
- Record
- SN05047910-W 20180823/180821231213-a81aa06cb6be6d22951910d53d452d46 (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 |