Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2013 FBO #4207
MODIFICATION

J -- DLA-Energy Petroleum Facilities Maintenance and Minor/Emergency Repairs

Notice Date
5/30/2013
 
Notice Type
Modification/Amendment
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY13R0040
 
Response Due
6/13/2013
 
Archive Date
7/29/2013
 
Point of Contact
Gregory Hodgson, 256-895-1509
 
E-Mail Address
USACE HNC, Huntsville
(gregory.hodgson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation for Commercial Services RFP W912DY-13-R-0040 DLA-Energy Petroleum Facilities Maintenance and Minor/Emergency Repairs Classification: NAICS 424710 and 213112 The US Army Engineering and Support Center Huntsville (CEHNC), Alabama intends to solicit and award a service order for minor/emergency repair and construction services on the DLA-E capitalized petroleum facilities at the following sites: MCAS Beaufort, SC, NBK Bremerton, WA, NBK Bangor, WA, NS Everett, WA, NRS Jim Creek, WA, MWTC Bridgeport, CA, NAB Coronado, CA, NWTC China Lake, CA, NAS El Centro, CA, NBVC Port Hueneme, CA, NBVC Point Mugu, CA, NAS Lemoore, CA, NAS North Island, CA, and PWC San Diego, CA, and NAS Whidbey Island, WA, as described in the PWS provided in Attachment A and this order. Minor/Emergency repair and minor construction services will only be performed at the following sites: DFSP Point Loma, CA (FLC San Diego), DFSP Manchester, WA (FLC Puget Sound), DFSP Craney Island, VA (FLC Norfolk), and DFSP Yorktown, VA (FLC Norfolk) (no inspections and recurring preventive maintenance shall be performed at these facilities). The current incumbent contractor for these facilities is Pond Constructors, Inc. The services are being performed under Single Award Task Order Contract (SATOC) W912DY-10-D-0018. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to evaluate and award IAW the criteria set out in this solicitation. North American Industrial Classification System (NAICS) Codes 424710 and 213112 are applicable to this acquisition. It is the Government's intent to solicit only those firms holding a BOA for this requirement; however, the decision to evaluate proposals submitted by non-BOA holders is at the discretion of the Contracting Officer. Award of a Firm-Fixed Price (FFP) service order will be made. The proposed award will consist of one-year base period of performance and two one-year option periods of performance. The solicitation number is W912DY-13-R-0040 and is issued as a Request for Proposal (RFP). All proposals accepted for evaluation will be evaluated in accordance with enclosed criteria. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. This notice is being posted to satisfy the requirement of FAR 5.201. Neither a pre-proposal site visit nor a pre-proposal conference will be held. Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the System for Award Management database prior to award. Interested parties are encouraged to obtain further information on CCR registration at the following website: https://www.sam.gov/portal/public/SAM/. Before notice to proceed can occur, the selected awardee will have to prepare and submit an Accident Prevention Plan (APP) for review and approval in accordance with EM385-1-1. It is expected that the APP be submitted for Government review within 3 business days of award notification. In addition, awardees must submit evidence of the minimum insurance coverage as described in this solicitation. Contact regarding the requirements set forth in this RFP shall only occur with the Contracting Office. Discussions or information obtained via other sources could make you ineligible for award if deemed a Conflict of Interest or a Violation of Procurement Integrity Act. Any questions pertaining to this Request for Proposal shall be submitted in writing no later than 10:00 AM CDT, 30 May 2013 to Mr. Gregory Hodgson, Contract Specialist, by email at Gregory.Hodgson@usace.army.mil and Mr. Earl W. Johnson, Contracting Officer, at email Earl.W.Johnson@usace.army.mil. Also, please provide a courtesy copy to Frederick.Cartes@usace.army.mil. Proposals shall be submitted no later than 2:00 PM CDT, 6 June 2013 to the following email addresses: Gregory.Hodgson@usace.army.mil; Frederick.Cartes@usace.army.mil; and Earl.W.Johnson@usace.army.mil. Your firm's proposal may be submitted in either electronic format or hardcopy. Your proposal shall be detailed and explicit and should include supporting data in enough detail to permit thorough review and analysis. In addition, your submission shall clearly state any assumptions, qualifications, or exceptions used in preparing your proposal. All information will be protected as procurement sensitive. NOTE: Firms shall NOT engage into any form of contact with installation personnel regarding this requirement prior to issuance of notice to proceed by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY13R0040/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03075036-W 20130601/130530234651-8ef00dc4f0c0efc22224c15dd1cd6abe (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.