Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOURCES SOUGHT

91 -- Fuel Management Services

Notice Date
4/17/2012
 
Notice Type
Sources Sought
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
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
SP0600-12-R-0533
 
Point of Contact
Jonathan Moore, Phone: 7037674525, Damoris T. Nibbs, Phone: 7037674421
 
E-Mail Address
jonathan.moore@dla.mil, Damoris.Nibbs@dla.mil
(jonathan.moore@dla.mil, Damoris.Nibbs@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice only. It seeks information from business sources that can provide fuel management services. No solicitation is being issued at this time. For reference purposes, the solicitation, when issued, will be numbered SP0600-12-R-0533. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The Defense Logistics Agency (DLA) Energy, Domestic Storage and Services Division, Bulk Petroleum Business Unit-BXB seeks potential small business sources to perform non-personal services to manage the requisition, receipt, storage, issue, handling, quality control and accounting of petroleum products and liquid oxygen (LOX) at Wright-Patterson AFB, Tinker AFB, Kirtland AFB, and Edwards AFB. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products, including liquid oxygen. The Government will award a firm, fixed price contract for a five-year multiyear period, beginning on or about October 01, 2013. Contracts awarded are subject to FAR 52.222-41, Service Contract Act of 1965, to include Collective Bargaining Agreements. The proposed solicitation is being considered as a set-aside under a small business set-aside program. The North American Industry Classification System (NAICS) Code is 424710, and the size standard is 100 employees. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disable Veteran-Owned Small Businesses (SDVOSBs). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government as result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 1500 hours local Fort Belvoir, VA time on May 01, 2012. Only responses submitted via E-mail will be considered. E-mail submissions to: jonathan.moore@dla.mil Interested companies should response to the following: 1. Provide a company profile to include number of employees, annul revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the Central Contract Registration (CCR) 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 a service contract for similar fuels management requirements? If so, please provide the following information: 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 GOCO fuels management. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. 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, and type(s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had interacting with labor unions. 6. What realistic-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-12-R-0533/listing.html)
 
Place of Performance
Address: Edwards AFB, CA, Kirtland AFB, NM, Tinker AFB, OK, and Wright-Patterson AFB, OH., United States
 
Record
SN02723731-W 20120419/120417234855-60c59b891ba715c8709aacd0ee1d23b1 (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.