SOLICITATION NOTICE
M -- NAS Rota, Spain GOCO Services
- Notice Date
- 4/22/2016
- Notice Type
- Presolicitation
- NAICS
- 493190
— Other Warehousing and Storage
- 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-0516
- Point of Contact
- Angel L. Buckner, Phone: 7037674421
- E-Mail Address
-
angel.buckner@dla.mil
(angel.buckner@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Defense Logistics Agency - Energy anticipates issuing a Request for Proposal (RFP) within the next 30-60 days for the management, operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and environmental protection of the Government-Owned, Contractor-Operated (GOCO) at NAS Rota, Spain. The Contractor is responsible for operating and maintaining six pantographs, four wide-ranging and two high-lift types. The Contractor shall also operate and maintain the ancillary equipment to include filter separators, meters, pumps, valves, etc., to include the fillstand located next to the booster pump station. The Contractor shall furnish and maintain the tow tractors for transporting the pantographs to the aircraft refueling site and return. Equipment inspections shall be completed and documented on the equipment inspection forms prior to the initial dispatch of the equipment for the duty day. The Contractor shall be responsible for and furnish as required, all technical support, personnel, supervision, equipment, tools, and other items as required. Contractor responsibility encompasses operation and maintenance of the support facility, a hydrant servicing facility to the south side of the NAS Rota runway, and piping extending to and including a fuel transfer booster pump station as well as the associated pipelines and valves. The main hydrant facility is a compact system consisting of tanks, buildings, fuel delivery equipment referred to as pantographs, and typical fuel system components (electrical, mechanical, and electronic) required to receive and hold jet fuel. Product is dispensed directly to aircraft via the downstream hydrant piping system or to Government-operated fuel servicing trucks at the fillstand located at the hydrant complex inside the airfield compound. The system is supplied by pipeline from the NAS Rota ocean terminal located at the eastern extreme of the base. The Contractor shall be responsible for the normal and continuous use, operation, maintenance, and real time reporting of discrepancies applicable to all systems, facilities, and equipment furnished by the Government. Petroleum system means an underground or aboveground fuel storage tank, associated fuel piping, pump house, loading and unloading station, hydrant fuel system and associated hydrant outlets and pantographs, oil water separator, ancillary equipment and appurtenances, electrical power and controls, lighting, emergency generators, refueler truck parking, fire protection system, and containment system, if any. The Contractor shall manage, coordinate, oversee, and report as needed to ensure all required inspections, services, maintenance and repairs of all facilities, equipment and real property associated with this contract are performed as required to ensure compliance with all Navy, Department of Defense (DoD), State, Local, Federal, American Petroleum Institute (API), and Unified Forces Criteria (UFC) requirements throughout the life of the contract. This includes monitoring all maintenance being performed by Government agencies, or other contractors to verify that it is requested in a timely manner, scheduled as required, coordinated with relevant offices, finished to completion, and recorded in the maintenance database. The Contractor shall ensure that all Government property is preserved and maintained in a safe working condition. Preventative Maintenance (PM) tasks are defined as maintenance work to preserve a facility by preventing its deterioration; such as, but not limited to, corrosion control, grounds keeping, pressure washing, cleaning, spot painting, housekeeping, etc. It is essential that the Contractor devote adequate effort to identifying future deficiencies and potential deficiencies in order to prioritize PM efforts. PM includes performing, at a minimum, the services recommended by the manufacturer or in accordance with commercially accepted practices, as well as the effort required to keep a facility, a piece of equipment or system functioning. While the Government does not plan to dictate specific PM requirements or practices, the Contractor's maintenance plan shall provide a systematic approach to identifying, planning, scheduling, documenting/reporting, and managing labor, materials, and time to perform those actions that contribute to the uninterrupted functioning of the fuel terminal. The Contractor shall perform Operator Maintenance. Operator maintenance is defined as maintenance performed by the operator and is the care and minor maintenance of equipment using procedures that do not require detailed technical knowledge of the equipment's or system's function and design. This category of maintenance normally consists of inspecting, cleaning, servicing, preserving, lubricating, and adjusting, as required. Such maintenance may also include simple parts replacement that can be performed with only basic mechanical skills and simple hand tools. The Contractor shall not provide maintenance or repair beyond afore mentioned maintenance unless directed by the Contracting Officer. The Contractor shall visually inspect the exterior of all storage tanks, to include small connected or free standing residual product collection tanks, and tank components and visually examine the various samples taken from the tanks on a continuous basis. All inspections and visual examinations shall be documented and corrective action within the scope of PM/operator maintenance accomplished as deficiencies are noted. The Contractor is responsible for keeping the tank exterior clean, free of mold, dirt, and rust. The Contractor will pressure wash, remove corrosion, apply corrosion inhibitor and spot paint as needed. Maintenance requirements such as the need for exterior corrosion control and painting of tank(s) and tank inspection/cleaning as may be indicated by the visual examination of drawn samples shall be recorded on the appropriate inspection documents. The Contractor shall ensure that all buildings, structures, and facilities used by or under Contractor control 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. Maintenance and storage buildings shall be kept in clean and orderly manner. 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, structures, facilities, or areas used, occupied, or controlled by the Contractor. The Contractor shall reset circuit breakers and switches, furnish and replace burned out standard and fluorescent lights, and plunge sinks and toilets to keep them serviceable. The pantographs and refueling vehicles are furnished by the Government. DLA Energy will follow source selection procedures utilizing Lowest Price Technically Acceptable evaluation process in accordance with FAR 15.101-2 for this acquisition. The expected period of performance is December 1, 2016 through November 30, 2020 (4 years) with one five-year option from December 1, 2020 through November 30, 2025. A pre-proposal conference will be conducted at NAS Rota, Spain by DLA Energy. The anticipated timeframe for the pre-proposal is August 2016 or September 2016. Additional details will be provided in the solicitation. This solicitation will be conducted using unrestricted full and open competition; the NAICS code is 493190 and the threshold is for Small Business is $27,500,000.00 in annual receipts. All responsible offerors may submit an offer for consideration. Secure Documents Several documents related to this solicitation will be posted as "secured" in the FedBizOpps website. Please find below instructions to access secured documents in FedBizOpps. Instructions for access to the FBO Secure Site: To access the secured, but unclassified, documents in the Federal Business Opportunity ("FedBizOpps" or "FBO") system, offerors must: 1. Be registered in the System for Award Management (SAM). Please note that SAM has replaced the previous system Central Contractor Registration (CCR). If an entity was previously registered in CRR the information should have transferred into SAM. You just need to set up a SAM account and migrate your CCR roles. 2. Once registered in SAM, go to the FBO website at www.fbo.gov https://www.fbo.gov/ and log in. Verify your registration within the FBO system. The FBO Vendor Guide is available at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf to provide assistance. 3. Once your SAM registration is verified in the FBO system, click on the secured document link, which should then provide you with the corresponding link for the DD2345 - Military Critical Technical Data Agreement Form. You can also find the DD2345 at http://www.dlis.dla.mil/JCP/forms/DD2345Form.pdf. Fill out the DD2345 form and submit a hard copy of the original form, together with all required documentation, to the Defense Logistics Information Service (DLIS), U.S./Canada Joint Certification Program (JCP), at the address listed on the form. JCP will return an approved and signed certified form, which will include your certification and expiration date within five days of receipt. Please note that delays may be incurred if forms and/or required documentation are incomplete or incorrect. Additionally, it can take up to 24 hours for the JCP information to reach all systems. 4. Once you receive the approved DD2345 form from JCP and have verified your status on the JCP website, http://www.logisticsinformationservice.dla.mil/jcp/search.aspx, enter the FBO system and click on the secure document link. The FBO system will require you to enter your MPIN. The MPIN number is a mandatory data element created by the CCR registrant and must have nine characters: at least one letter (upper or lower case) and one number. No spaces or special characters are permitted. It allows access to related acquisition systems (i.e. ORCA and PPIRS). It also serves as a validation to access sensitive but unclassified documents associated with a notice posted to FBO. 5. Following verification of the MPIN in FBO, vendors will submit a request for explicit access to the secure documents through the FBO system by clicking on the secure document line, then clicking the "Request Explicit Access" button. Once vendors request explicit access, the FBO system will send notification to the DLA Energy personnel assigned to the procurement, who will approve the request in the system. Vendors will receive an email once the access request has been approved by DLA Energy. Once the MPIN has been verified in the FBO system, and explicit access has been granted, vendors will be able to enter the system and view the secure documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-16-R-0516/listing.html)
- Place of Performance
- Address: Naval Air Station Rota, Spain, Spain
- Record
- SN04092868-W 20160424/160422234235-48526d96fb1d77d5d84a8aba5ed48a13 (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 |