SOURCES SOUGHT
M -- DoD Public Private Competitions of Bulk Fuel Services Performed by the Fleet and Industrial Supply Centers: Jacksonville, FL; Pearl Harbor, HI; and Puget Sound, WA. ? SOURCE SOUGHT NOTICE
- Notice Date
- 4/19/2007
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Competitive Sourcing Acquisition Center of Excellence(ACOE), Attn: Code COE11 1220 Pacific Highway, Bldg 110, San Diego, CA, 92132-5190, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N69450-07-R-0556
- Description
- This is Sources Sought Notice for the public announcements issued on 27 September 2006 under reference numbers N69450-07-R-0556(a), (b) and (c) for DoD Public Private Competition of Bulk Fuel Services performed by the Fleet and Industrial Supply Centers: Jacksonville, FL; Pearl Harbor, HI; and Puget Sound, WA. The Competitive Sourcing Acquisition Center of Excellence (CSACOE), Naval Facilities Engineering Command (NAVFACENGCOM), San Diego site, is hereby soliciting information for potential sources for a multi-function study for the Bulk Fuel Services Performed by the Fleet and Industrial Supply Centers: Jacksonville, FL; Pearl Harbor, HI; and Puget Sound, WA. A standard competition will be conducted in accordance with the revised OMB Circular A-76 of May 29, 2003. A draft solicitation has been developed and is available at https://esol.navfac.navy.mil under N69450-07-R-0556. It is anticipated that the final solicitation will be released in June 2007. This is a multi-function standard competition that involves the terminal operations, facilities maintenance, quality surveillance, and mission support. This notice is for informational and planning purposes only. All information submitted is at the offeror?s own expense. Respondents will not be contacted regarding their submission or information gathered for this portion of the notice. The Government reserves the right to consider a small business set-aside based upon the responses received. The contract performance period is anticipated to be five years, including a one four-month phase-in period, a full performance period of eight months, and four (4) twelve-month option years. A performance-based firm fixed price contract is anticipated. The North American Industry Classification System (NAICS) code is 493190. The applicable size standard for NAICS code 493190 is $23.5 million. Interested sources should provide a letter of interest no later than 18 May 2007, via e-mail in Microsoft Word format to: cassey.Sheppard@navy.mil and Samantha.darella@navy.mil. The letter of interest should include the following: 1) Name and address of the firm 2) Size of business (including annual revenue for NAICS code 493190 and annual revenue for entire business) and total number of employees 3) Ownership 4) Year firm established 5) Names of two principals to contact, including title, telephone number and e-mail address 6) Description of previous experience that relates to this requirement. Please include pertinent information for on-going contracts or contracts completed within the last five years under NAICS Code 493190. Pertinent information is: A. Name of Contracting Activity B. Contract Number C. Contract Type (FFP, Cost, IDIQ or Combination) D. Period of Performance and Total Contract Value E. If Subcontractor, portion of Contract Value for which firm self performed F. Summary of contract work G. Contracting Officer name and current telephone number H. Contracting Officer?s Technical Representative (name and current telephone number) I. List of major Subcontractors including name, address, and telephone number of primary point of contact J. If a Subcontractor, name of Prime contractor including name, address, and telephone number of primary point of contact 7) Small businesses who do not have the requisite experience to manage a service contract similar to the requirements identified herein are encouraged to address possible teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size and complexity. Note: A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by the minimum cost differential and a determination has been made that no competitive advantage is gained by the contractors share contribution to its employer?sponsored health insurance plan or benefits. Government personnel adversely affected by conversion of Government performed services to contract have the Right of First Refusal in accordance with FAR Part 52.207-3 for available positions, if qualified.
- Place of Performance
- Address: Puget Sound, Washington; Jacksonville, Florida; Pearl Harbor, Hawaii
- Zip Code: 98366
- Country: UNITED STATES
- Zip Code: 98366
- Record
- SN01277251-W 20070421/070419221438 (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 |