Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOURCES SOUGHT

Z -- Defense Energy Support Center (DESC) Petroleum Maintenance and Repair Acquisition

Notice Date
1/13/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W31RYO90098817
 
Response Due
1/27/2009
 
Archive Date
3/28/2009
 
Point of Contact
lanita.d.mcgraw, (256) 895-1126<br />
 
Small Business Set-Aside
N/A
 
Description
1. The U.S. Army Engineering Support Center, Huntsville, Alabama (CEHNC) is seeking sources for potential contracts to provide support for the CEHNC Defense Energy Support Center (DESC) program to provide recurring maintenance (quarterly, semi-annual, and annual) and minor repair services to include the repair and replacement of petroleum equipment and maintenance related construction services at Government petroleum facilities in the continental United States (CONUS). 2. The contractor will properly maintain and repair federally funded petroleum systems and other facilities located at the Garrisons and military installations in order to provide compliance with code, criteria, and regulations. Petroleum system means an underground or aboveground storage tank, connected piping, ancillary equipment and appurtenances, and containment system, if any. The contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct inspections, preventive maintenance, unscheduled/corrective maintenance, minor repair, and minor construction on the petroleum systems. Contractor shall be required to maintain petroleum systems, equipment, and accessories to operate reliably and satisfactorily. Maintenance tasks are primarily funded by DESC in accordance with the DOD regulation 4140.25-M chapter 8. Preventive maintenance tasks will be defined as recurrent, periodic or scheduled work to preserve a facility by preventing its deterioration. Unscheduled/Corrective maintenance will also be required under this contract and will be defined as necessary, not already scheduled (or preventive) maintenance, in order to address and correct a facility defect for the preservation of the facility. Other maintenance may be ordered by the Garrisons for non-petroleum systems such as for separators, piping, tanks, sewers, storm drains. Minor Repair will be defined as the restoration of a real property to such a condition that it may effectively be utilized for its designated purpose by overhaul, reprocessing or replacement of constituent parts or materials that have deteriorated by action or elements or usage and that have not been corrected through maintenance. Periodic testing of systems/components, generally on a quarterly basis, is included within the DESC definitions of maintenance and repair. Other repair may be ordered by the Garrisons for non-petroleum systems such as for separators, piping, tanks, sewers, storm drains, or requirements to meet compliance with applicable laws and regulations. 3. CEHNC intends to solicit and award multiple Indefinite Delivery, Indefinite Quantity (ID/IQ) contracts (one base-year with four, one-year option periods) for the DESC program. It is the Governments intent to consider awarding a portion of this acquisition under the Small Business set-aside program per FAR Part 19. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute some or all of the requirements of this anticipated request for proposal (RFP). During the first year of the contract, the plan is to provide recurring maintenance and repair services for petroleum facilities at 33 Army installations, Army Reserves and Army National Guard facility locations in CONUS. The majority of these installations are collocated in the Southeast region (see attached site list). In future years, the intention is to extend these services, on a regional basis (i.e. Northeast, Northwest, and Southwest), to Army installations, Army Reserves and Army National Guard facility locations throughout CONUS. A site-list of performance locations will be provided upon request. Please email the request to: lanita.mcgraw-holloway@usace.army.mil 4. The most applicable North American Industrial Classification System Codes (NAICS) for this type of acquisition are: 562910 (Remediation Services) and 424710 (Petroleum Bulk Stations and Terminals). 5. Interested small business vendors who are capable of meeting the requirements identified in this notice are requested to reply to this email with a response to the questions presented below. If there is no experience or capability associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part of that acquisition, if any, will be set-aside for small business competition. Your response to this notice should include: (a) Company name and address; (b) Point of contact name, phone number and email address; (c) Size of business pursuant to NAICS Codes 562910 and 424710. The agency will apply FAR 52.219-14 on assessing whether a small business concern is eligible under a small business set-aside; (d) Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) (e) Describe your experience in the following areas: i. Performing and/or managing recurring maintenance and minor repair work (as described in paragraph two) at petroleum facilities. For each item listed, provide your status as either a prime, subcontractor, or in a teaming arrangement and with what other firms. ii. Developing schedules, quality control plans, safety plans, and methods of cost control. iii. Experience in providing and maintaining an effective quality control program. iv. Managing maintenance and repair programs, to include personnel, and management of subcontractors in a cost effective, timely, and contract conforming manner. v. Working with applicable standards and codes, e.g. DOD 4140.25-M, NFPA 30, NFPA 30A, NFPA 70, API 570, and API 651. (f) Briefly summarize projects performed in the last five years that demonstrate your experience in performing the services listed in paragraph two above. Include point of contact information, dollar value, location, and size of facilities (approximate area in square feet) for each project. (g) Prospective offerors ability to perform at all 33 Army sites in the Southeast/Northeast region and potentially expanding to all regions throughout CONUS (number of sites in each region could be less or greater than in Southeast). If a prospective offeror is able to perform in all regions noted in this announcement, so state. If not, concern should indicate which regions where it can or cannot perform. (h) Describe your financial capability in the following areas: i. Bonding capacity per project/task order? ii. Aggregate bonding capacity for all projects? RETURN INSTRUCTIONS Please submit response via email to lanita.mcgraw-holloway@usace.army.mil. All responses must be received no later than 5:00 p.m. Central Time on 27 January 2009. Please limit responses to 10 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent). Do not include or attach brochures to your response. This notice is issued solely for information and planning purposes only and does not constitute a solicitation. Responses to this notice will be used for informational purposes in order to determine capability of sources and serve as a supplementary market research tool. Responses will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies. Responders are solely responsible for all expenses associated with responding to this request for information. Please also note that this office has not yet made a decision as to whether this procurement or a portion thereof will be set-aside for small business, and it reserves the right to determine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability responses.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e2ffa793589399bb54a6a45a3bef220&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01731805-W 20090115/090113220057-5e2ffa793589399bb54a6a45a3bef220 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.