Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
MODIFICATION

X -- KINGS BAY

Notice Date
3/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
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
SPE600-16-R-5X02
 
Archive Date
12/12/2015
 
Point of Contact
TINA MICHELLE WILLIAMS, Phone: 7037678556
 
E-Mail Address
tina.williams@dla.mil
(tina.williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTENTION: THIS AMENDMENT IS TO INFORM ALL INTERESTED PARTIES THAT THIS IS WILL BE AN 8A SMALL BUSINESS SET-ASIDE REQUIREMENT. THE SOURCE OF SOUGHT CLOSE DATE WILL BE 10 DAYS FROM TODAY'S DATE MARCH 22, 2016-MARCH 31, 2016. SORRY FOR ANY INCONVENIENCE. THANKS! Defense Logistics Agency - Energy anticipates issuing a Request for Proposal (RFP) within the next 30 to 60 days for GOCO and related Alongside Aircraft Refueling services at Naval Submarine Base (NSB) Kings Bay, GA. Services include management, operation and maintenance of government fixed fuel and cryogenic facilities, aircraft and ship aviation fuel services, and ground vehicle fuel services. The Contractor shall employ best commercial practices and guidelines in accordance with all applicable federal, state and local regulations. The Contractor's responsibilities are to furnish, manage, maintain, and operate all mobile fuel servicing equipment required and necessary to support the facilities, equipment, vehicles, vessels, and aircraft assigned to and as may transit, deploy to, or exercise from any or all of the aforementioned activities. This current alignment of bases and supported activities does not preclude the Contractor from changing or realigning base/support schemes; however, the Contractor must be cognizant of current base, command, control, and authority structures and gain the appropriate approvals and realign any support structure prior to making changes to the mode, means, or method of operations. The Contractor shall provide and management and supervisory staff and labor to accomplish all services as identified in the PWS and related contract clauses. The Contractor's staffing shall be flexible and fully capable of meeting the demands of aircraft fuel services, ground fuel services, bulk storage operations, and general management and administrative functions. The Contractor shall ensure that personnel assigned to all tasks have the requisite knowledge and skills to meet the performance standards for those tasks and comply with all applicable Federal and state laws, regulations and code. The Contractor shall ensure that all buildings, structures, and facilities are kept clean and sanitary. The Contractor shall sweep, mop, and wax floors, wash windows, and walls of occupied buildings or office spaces so as to present a clean, sanitary, and orderly appearance. Food storage and preparation areas shall be maintained in an orderly and sanitary condition. Clothing locker and change areas shall be kept orderly and clothing hung or kept in lockers. Areas immediately around buildings for which the Contractor is responsible shall be kept free of debris. The Contractor shall not allow fire hazards, such as oily rags, loose paper, and trash to accumulate in or around buildings or within the facilities. Requests for pest and rodent control shall be forwarded to the COR. The requirement for building/structure maintenance shall be documented and forwarded to the COR. The Contractor shall not alter any structure or allow it to be altered without explicit written approval by DLA Energy. Maintenance of fire alarm systems is provided by base public works. Maintenance of eye wash stations if plumbed are the responsibility of the base and if portable the responsibility of the Contractor. The Contractor is responsible for the monthly testing of the eye wash stations and emergency showers. The maintenance of all HVAC systems is the responsibility of the base. The Contractor shall establish a smoking policy that prohibits smoking in other than Government designated areas. The Contractor shall provide signs to be posted at the entrance to work areas that read, "NO SMOKING EXCEPT IN DESIGNATED AREAS." The Contractor shall also designate a smoking area and provide signs that read, "DESIGNATED SMOKING AREA." The Contractor shall be responsible for the pick-up of all trash and debris within and around fuel areas under its controlled, and shall dispose of all such trash and debris in Navy-furnished containers /dumpsters. The Navy will dispose of the trash and debris placed within Navy provided dumpsters. Grounds maintenance, grass cutting and vegetation control is provided by Federal prisoners but contractor is ultimately response for satisfactory upkeep. Grass, weeds, and brush, except ornamental trees and shrubs, within the areas defined herein shall be maintained so as to maintain a neat appearance. At no time should vegetation present a fire or safety hazard. All vegetation within Contractor controlled areas, on/under fence lines, and in the security zone outside the fence line of the bulk storage refueler parking area, shall be maintained with the prescribed limits. Bulk vegetation and waste accumulated during mowing, removal, and control operations shall be disposed of by the Contractor. Grass cutting includes a 5 foot clearance area outside of the fence line. Pesticide and weed control is provided by a base contractor. All roads, paved surfaces, curbing, and sidewalks within contracted fuel management areas shall be monitored continuously. The Contractor shall inspect all fences, to include signs and markings, gates and automatic gate openers, of fuel management compounds. Exterior lighting, security lighting, and exterior building lights will be monitored on a continuous basis. The Contractor shall continuously monitor other facilities, equipment, and utilities, i.e., fire hydrants, AFFF systems, storm drains, exterior water systems, power poles, lines and transformers, and exterior telephones within Fuel Management areas. The Contractor shall visually inspect and measure the contents of the oil/water separators IAW installation, state and federal regulations. Gauge readings and noted discrepancies shall be reported to the COR. Oil/water separator systems are managed and maintained by the Installation Public Works Department. The Contractor shall provide ground, utility vehicles and equipment in necessary quantities to meet the vessel and ground refueling/defueling workload requirements including multiple requests. All vehicles and equipment shall meet the performance requirements of SAE ARP 5818, National Fire Protection Agency (NFPA) 407, Standards for Aircraft Fuel Servicing, NAVFAC P-300, API 1529, Management of Transportation Equipment, Department of Transportation (DOT) 406, and Federal, State and local policies/laws as applicable. The Contractor shall, within 180 days of the contract award date and 5 days before the contract start date, provide all refueling vehicles required for DLA Energy/NAVSUP Energy acceptance to meet the workloads identified in this PWS. All vehicles and equipment shall be maintained in a fully serviceable condition by the Contractor and shall be fully capable of safely performing the tasks for which they are designed. The Contractor shall provide all necessary tools, instruments, devices, parts, required to operate and maintain vehicles and equipment. Prime-movers, tractors and refuelers utilized in the performance of this contract shall be of such age and condition that they are capable of meeting all the requirements outlined in the PWS for the duration of the basic and option contract performance periods. The Contractor shall provide ground fuel servicing equipment in sufficient numbers for performing the tasks and duties outlined. The Contractor shall fully maintain all contractor furnished trucks, tractors, equipment cargo tanks, refueling/defueling systems and components thereof in a safe, serviceable, and ready for dispatch condition. Equipment inspections and product sampling/testing shall be completed and documented on the vehicle inspection form prior to the initial dispatch of the equipment for the duty day. Fuel service equipment for which the Contractor shall be responsible, contractor Furnished Equipment (CFE), shall be operated and maintained by qualified/licensed Contractor personnel. Equipment inspections shall be completed and documented on the vehicle inspection forms prior to the initial dispatch of the equipment. DLA Energy will follow source selection procedures utilizing Lowest Price Technically Acceptable (LPTA) process in accordance with FAR 15.101-1 for this acquisition. The expected performance period is October 1, 2016 - September 30, 2020 (four years) with a five-year option period from October 1, 2020 - September 30, 2025 and a possible six-month extension from October 1, 2025- September 3, 2026. A Pre-proposal Conference will be conducted after the solicitation is issued. Date and time of the conference will be provided at a later time. This acquisition will be set-aside as an 8a Small Business Set-aside for 100% 8a Small Business participation. The NAICS Code is 483190 and the threshold for 8a Small Businesses is estimated at over $10 million if six-month extension is exercised. (PLEASE NOTE NAICS CODE CHANGE) Interested parties should submit information to the following areas in their capability statements: 1. Company Profile. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance. 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, types(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 with labor unions. 6. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Capability Statements can be submitted to Tina M. Williams via tina.williams@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-16-R-5X02/listing.html)
 
Place of Performance
Address: KINGS BAY, Georgia, United States
 
Record
SN04058771-W 20160324/160323001219-5e0a8e5addc93a74ca1c653ffb4ae595 (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.