SOLICITATION NOTICE
J -- W912GB19R0005: Recurring Maintenance and Minor Repair (RMMR) Services - Solicitation
- Notice Date
- 11/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB19R0005
- Archive Date
- 12/26/2018
- Point of Contact
- Ryan Gregory,
- E-Mail Address
-
ryan.k.gregory@usace.army.mil
(ryan.k.gregory@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment F - Sample SO Submission Form Attachment E - SO SSJ Form Attachment D - Sample SO Request Form Attachment C - EBS Facilities Detail By DOD Site Attachment B - Operational ISR Attachment A - Sample Bulk Appendix C - PPQ Appendix B -Experience Information Sheet Appendix A - Schedule of Items and Price A.07.23 W912GB19R0005 W912GB19R0005: Recurring Maintenance and Minor Repair (RMMR) Services Camp Lemonnier, Djibouti 1. ANTICIPATED PROJECT TITLE: Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 238990, All Other Specialty Trade Contractors 4. CONTRACT SPECIALIST: Ryan Gregory, ryan.k.gregory@usace.army.mil 5. PLACE OF PERFORMANCE: Camp Lemonnier, Djibouti 6. SOLICITATION NUMBER: W912GB19R0005 1. Synopsis: This solicitation provides the U.S. Army Corps of Engineers, Europe District's intent to award a hybrid Firm-Fixed-Priced (FFP) Cost Plus Fixed FEE (CPFF) contract to provide fuel systems recurring maintenance and minor services in support of the Defense Logistics Agency - Energy (DLA-E) requirements) at Camp Lemonnier, Djibouti. This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document Recurring Maintenance and Minor Repair Services for Defense Logistics Agency (DLA) capitalized U.S. Navy facilities located at Camp Lemonnier, Djibouti. Contractor shall provide Recurring Maintenance and Minor Repair Services through implementation of a Preventive Maintenance Plan which defines, schedules, and executes periodic quarterly, semi-annual, and annual facility inspections. The preventative maintenance program shall also include Emergency Repair, Minor Repair, Emergency Environmental Support, and Records Management. The Contractor shall perform an annual assessment of facilities. 2. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. In accordance with FAR 19, all socioeconomic program considerations do not apply due to the project location being OCONUS. 3. SELECTION PROCESS: This project will use a Best-Value Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. The project will be solicited under Full and Open competition and will be awarded as a hybrid FFP/CPFF contract. The contract will be awarded and paid in U.S. Dollars ($). Responses are desired from firms who can demonstrate recent and relevant experience and past performance in providing fuel systems maintenance and minor repair services, but expression of interests will be accepted from all interested parties. 4. PERIOD OF PERFORMANCE: The anticipated period of performance will be an initial Base Period of 12 months from award with Four Option Periods of 12 months each. 5. SITE VISIT/PRE-PROPOSAL CONFERENCE: A site visit to the retail and bulk fuel facilities at Camp Lemonnier in Djibouti has been tentatively scheduled for 15 November 2018 to begin at 10:00 hours local Djibouti time. This site visit is intended to provide potential Offerors an opportunity to view the retail fuel and bulk fuel sites that will be covered in the solicitation. There will be a maximum of three escorted personnel per prime vendor that will be allowed to participate in the site visit. Potential offerors that wish to attend the site visit shall complete the attached forms (SECNAV 5512/1, the Badging Questionnaire, and Access Roster). In addition to properly and completely filling out (typing) the forms, each person must provide a scan of both their passport and Government I.D (front and back). All documents shall be sent to usn.cldj.acj34.list.base-access-control-office@mail.mil, and Ms. Angela-Rene Tugaoen (Angela-Rene.Tugaoen@usace.army.mil) no later than 1600 hours (local Djibouti time), fourteen (14) working days (Monday through Saturday) prior to 15 November 2018. Coalition Military access requests must be submitted no later than 1600 hours (local Djibouti time), forty-eight (48) hours (excluding Sundays) prior to the date access is required. All visitors are not permitted to stay on base. For any questions regarding the site visit, please contact Ms. Tugaoen at the email provided above. 6. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 7. SYSTEM FOR AWARD MANAGEMENT: Please be advised that all offerors must be in compliance with the updated SAM policy regarding submission of a notarized letter dated April 26, 2018. For more information please reference https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update and the SAM attachments included with this notice. 8. PROPOSAL DUE DATE: Proposals are due no later than 05 December 2018 at 1200 Central European Time. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 9. Questions: For all inquiries please direct them to the contract specialist, Mr. Ryan Gregory, at e-mail: ryan.k.gregory@usace.army.mil, and the contracting officer, Ms. Robin Prince at email: robin.g.prince@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB19R0005/listing.html)
- Record
- SN05143553-W 20181107/181105230702-4873ef091a93fd9d4c29cd408b725e67 (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 |