MODIFICATION
M -- Department of Defense Public-Private Competition of Bulk Fuel Storage and Distribution Services performed by the United States Marine Corps Fuel Section, Marine Corps Air Station, Miramar, California
- Notice Date
- 4/5/2006
- Notice Type
- Modification
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Strategic Sourcing Acquisition Center of Excellence, Attn: Code COE11 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N62467-06-R-0080
- Response Due
- 5/5/2006
- Point of Contact
- Cassey Sheppard, Contract Specialist, Phone (619) 532-1934, Fax 619-532-1778, - Samantha Darella, Contracting Officer, Phone 619-532-3758, Fax 619-532-3979,
- E-Mail Address
-
cassey.sheppard@navy.mil, samantha.darella@navy.mil
- Description
- This is PreSolicitation Notice for an OMB Circular A-76 (Revised, May 2003) Public-Private Competition, using the standard competition process, to provide storage, maintenance, delivery, recovery and testing of fuels for Bulk Fuel Storage and Distribution Services to be performed at Marine Corps Air Station (MCAS) Miramar, San Diego, California. The required services described above are performed in support of the 3rd Marine Aircraft Wing. The business units include: (1) Bulk Liquid Storage (T160); (2) Distribution of Petroleum Oil and Lubricant Products (T165); (3) Distribution of Liquid, Gaseous, and Chemical Products (T167); and (4) Finance/Accounting Services (C700). There are approximately 54 positions affected by this study. If the cost comparison results in contract performance, the contract performance period will include a transition period (approximately four (4) months), one base year, and four (4) twelve month option years. A performance-based firm fixed price type contract is anticipated. PARTICIPATION IS THIS ACQUISITION IS UNRESTRICTED. The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the lowest price, technically acceptable (LPTA) offer as defined in FAR 15.101-2 and the OMB Circular, A76 (Revised May 2003). A contract will not be awarded unless the LPTA Offer is less than the Government’s proposal, considering 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractor’s share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of (1) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) will be using Low Price Technically Acceptable Approach source selection process for this acquisition. Please refer to sections L & M of the RFP once issued for details regarding the evaluation criteria and submission requirements. All potential Offerors are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) and DFARS 252.204-7004, ALTERNATE A (NOV 2003), lack of registration in the CCR database will make an Offeror ineligible for award. The North America industry classification system (NAICS) code for this acquisition is 488190. In accordance with FAR 5.102 availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil . The official plan holders list will be maintained on and can be printed from the website. All prospective Offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering Offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, Offeror type (prime contractor, sub contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. The RFP will be available on the NAVFAC website on or about 5 July 2006 with an approximate closing date of 22 September 2006. A pre-proposal conference will be held within 30 days of issuance of the RFP. Additional details regarding the Pre-proposal conference will be provided in the solicitation. or available positions, if qualified. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N68711AF/N62467-06-R-0080/listing.html)
- Place of Performance
- Address: Marine Corps Air Station, Miramar S-4, Installations & Logistics Fuels Section P.O. Box 452000 San Diego, CA
- Zip Code: 92145-2000
- Country: United States
- Zip Code: 92145-2000
- Record
- SN01185383-F 20061123/061121222338 (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 |