SOURCES SOUGHT
X -- Contractor-Owned Contractor-Operated Retail Fuel Services in JBSA Texas and Laughlin AFB Texas
- Notice Date
- 9/24/2018
- 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-5X24
- Archive Date
- 10/23/2018
- Point of Contact
- Dominique L. Vest, Phone: 571-767-8731, Careka Squire, Phone: 5717676680
- E-Mail Address
-
Dominique.1.Vest@dla.mil, careka.squire@dla.mil
(Dominique.1.Vest@dla.mil, careka.squire@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice only. It seeks information from business sources that can provide Optimization Contractor-Owned Contractor-Operated (COCO) retail fuel services at Joint Base San Antonio, Texas (Fort Sam Houston and Camp Bullis) and Laughlin AFB, Texas. 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-5X24. Defense Logistics Agency (DLA) Energy, Overseas Storage and Services Division, Bulk Petroleum Business Unit-FESBA seeks to identify potential qualified businesses that are able to operate, maintain, manage and provide retail/bulk fuel services for all fuel facilities, related structure, and property. This includes services for the fuel operation, inventory management, quality surveillance, maintenance, training, safety, and environmental protection functions at the ground fuel service station at the following Air Force installations: Joint Base Antonio (Fort Sam Houston and Camp Bullis), and Laughlin AFB, Texas. The Government plans to award one firm fixed price contract for each location (Fort Sam/Camp Bullis and Laughlin AFB Texas) for a four-year base period of performance, and five-year options and six one-month extension. Contracts awarded are subject to FAR 52.222-41, Service Contract Labor Standards. The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $27.5 million dollars. The procurement will be unrestricted and will utilize full and open competition in accordance with FAR 6.1. The solicitation will be posted on or after October of 2018 and the Request for Proposal (RFP) will close about 45 days later. The solicitation will be published electronically on the Federal Business Opportunities website at www.fbo.gov. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF). In responding to this notice please provide the following: 1. A company profile to include number of employees, 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, with appropriate clearances, if required.  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. Please 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 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? 6. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? 7. Locations: Please identify specific sites for which you intend to submit an offer. 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 Sources Sought Notice are to be submitted by 1500 hours Local Time Ft. Belvoir, VA on October 08, 2018. Response(s) shall be submitted via email will be considered. Submit any response to the following email addresses: Careka.Squire@dla.mil and Dominique.1.Vest@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE603-18-R-5X24/listing.html)
- Place of Performance
- Address: Fort Sam/Camp Bullis Texas and Laughlin AFB Texas, United States
- Record
- SN05103084-W 20180926/180924231248-e234ea988fe073a6772880eaf3a37a42 (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 |