SOLICITATION NOTICE
Z -- North Atlantic Division - Air Force (NAD-AF)
- Notice Date
- 11/3/2025 8:29:22 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W912DY27RA001
- Response Due
- 11/12/2025 7:00:00 AM
- Archive Date
- 11/27/2025
- Point of Contact
- James Monte Long, Phone: 2568951418, Kijafa Johnson-Cooper, Phone: 2568951614
- E-Mail Address
-
james.m.long@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil
(james.m.long@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville (CEHNC) intends to award an unrestricted, firm-fixed price (FFP), standalone contract to provide preventive and corrective maintenance (formerly called reoccurring maintenance and minor repairs - RMMR) in support of the Defense Logistics Agency - Energy (DLA-E) (hereby referred to as DLA). The applicable North American Industry Classification System (NAICS) code for this acquisition is 561210 Facilities Support Services with a small business size standard of $47M. The applicable Product Service Code (PSC) is ZINA Support - Maintenance of Fuel Supply Facilities. The contract performance period is 3-years (one 12-month base and two 12-month option) and 52.217-8, Options to Extend Services. The contractor shall deliver comprehensive maintenance services, ensuring the continued operational readiness of vital petroleum facilities and systems. The scope encompasses both preventative and corrective maintenance. The contractor shall be experienced in repair, maintenance, and operation of federal petroleum facilities and petroleum systems ensuring those systems are in compliance with codes, criteria, regulations, and laws of the United States in order to meet several preventative and corrective maintenance requirements in accordance with (IAW) the performance work statement. The Contractor shall, without additional expense to the Government, be responsible for, obtaining any: necessary licenses and permits, and for complying with any applicable laws, codes, and regulations in connection with the execution of the work. It shall be similarly responsible for all damages to persons or property that occur as a result of his fault or negligence. It shall take proper safety and health precautions to protect the work, the workers, the public, and the property of others. It shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of the work thereof which theretofore may have been accepted. Only a warranted Contracting Officer duly assigned to this contract and acting within his or her appointed limits has the authority to issue modifications or otherwise change the terms and conditions of this contract. If any individual other than the Contracting 0fficer attempts to make changes to the terms and conditions of this contract, the contractor shall not proceed with the change and shall immediately notify the Contracting Officer. Any unauthorized change work will be at the contractor(s) risk. The authorized ordering office is CEHNC. No other agencies are authorized to use the resulting contract. The Government will not provide responses to questions at this time. The information is being used to definitize the final solicitation. The final solicitation will have a short response suspense.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e3ca10aca474c5e91f8941269e42f53/view)
- Record
- SN07633624-F 20251105/251103230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |