Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
MODIFICATION

49 -- DLA-Energy Petroleum Facilities Recurring Maintenance andMinor/Emergency Repairs Air Force Phase 9

Notice Date
5/4/2017
 
Notice Type
Modification/Amendment
 
NAICS
213112 — Support Activities for Oil and Gas Operations
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-17-R-0004
 
Point of Contact
Megan Carper, Phone: 2568951843, Paul C. Daugherty, Phone: 2568951697
 
E-Mail Address
megan.carper@usace.army.mil, paul.c.daugherty@usace.army.mil
(megan.carper@usace.army.mil, paul.c.daugherty@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
4 MAY 2017 - The Government intends to issue an amendment to the RFP tomorrow. This is to notifiy offerors not to ship their proposal packages until they have fully reviewed the upcoming RFP amendment. Solicitation for Commercial Services RFP W912DY-17-R-0004 DLA-Energy Petroleum Facilities Maintenance and Minor/Emergency Repairs Classification: NAICS 213112 The US Army Engineering and Support Center in Huntsville (CEHNC) intends to solicit and award a task order for recurring maintenance and minor/emergency repair and minor construction services on the DLA-Energy capitalized petroleum facilities at the following sites: (DVM) Davis Monthan AFB Site #1 (GBA) Gila Bend Air Force Auxiliary Field Site #1, AZ (LUK) Luke AFB Site #1, AZ (TEW) Sky Harbor IAP Site #1, AZ (TUS) Tucson IAP ARZ Site #1, AZ (BEA) Beale AFB Site #1, CA (CIS) Channel Islands ANG Station Site #1, CA (FRE) Fresno Yosemite International ANG Site #1, CA (EDW) Edwards AFB Site #1, CA (P42) Air Force Plant 42 Site #1, CA (CGD) March Air Reserve Base Site #1, CA (TRA) Travis AFB Site #1, CA (VAN) Vandenberg Main Base Site #1, CA (AMG) Alamogordo Site #1, NM (HMN) Holloman Site #1, NM (KLD) Kirtland Site #1, NM (CAN) Cannon AFB Site #1, NM (ISP) Creech Air Force Base, NV (RKX) Nellis Air Force Range, NV (NEL) Nellis Site #1, NV (RAG) Reno Tahoe International Airport Site #1, NV (WZV) Tonopah Auxiliary Airfield Annex Site #1, NV (TAA) Tonopah Auxiliary Airfield Annex #2 Site #1, NV (UAG) Salt Lake City IAP site #1, UT (HLL) Hill AFB Site #1, UT as described in the Performance Work Statement (PWS) provided in Attachment 01: Contract Binder and this order. Description of Supplies/Services: The contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct recurring maintenance and minor/emergency repairs of DLA-Energy capitalized petroleum facilities at the aforementioned installations. This is a 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 213112 is applicable to this acquisition. It is the Governments intent to solicit on the basis of full and open competition. The Government has entered into Basic Ordering Agreements (BOA) for this scope of work. Offerors that are not BOA holders that wish to compete for this work must also submit information to qualify for issuance of a BOA. BOA RFP W912DY-12-R-0052 is Attachment 09 to this RFP. 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 four one-year optional periods of performance. The solicitation number is W912DY-17-R-0004 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. 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 RFP shall be submitted through PROJNET no later than 10:00 AM CST, 17 April 2017. Proposals shall be submitted no later than 10:00 AM CST, 9 May 2017 to the address below. All other questions and concerns can be directed to Megan Carper, Contract Specialist, at the below contact information: US Army Corps of Engineers Huntsville Engineering and Support Center Attn: Megan Carper, Contracting Officer 4820 University Square Huntsville, AL 35816-1822 Office Phone: 256-895-1843 Megan.Carper@usace.army.mil 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/W912DY-17-R-0004/listing.html)
 
Record
SN04496052-W 20170506/170504235209-7d0880cb9488764a76eb91f95dd462d9 (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.