Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

X -- Seabrook, Texas JTPS Fuel Storage Services

Notice Date
5/15/2020 6:38:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-20-R-0514
 
Response Due
3/16/2020 6:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Rondaski Burley, Phone: 571-767-7063
 
E-Mail Address
Rondaski.Burley@dla.mil
(Rondaski.Burley@dla.mil)
 
Description
This is a Sources Sought Notice and shall not be construed as a solicitation or as an obligation on the part of the Defense Fuel Logistics Agency (DLA Energy).� It is intended to seek information from potential sources that can provide fuel storage service.� This notice is also issued for the purpose of market research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10. Defense Logistics Agency Energy (DLA Energy) - FESBA, seeks potential Offerors capable of providing Contract-Owned Contractor-Operated (COCO) services to receive, store, protect, and ship one grade of government-owned petroleum product, Jet Petroleum Thermally Stable (JPTS) aviation turbine fuel in the Seabrook, Texas area. Storage Tank Requirement: The Contractor shall provide approximately 75,000 barrels of storage capacity with a minimum of two tanks interconnected, equipped with Automatic Tank Gauging (ATG), and isolated from other facilities and products handled within farm. Dedicated, as defined MIL-STD 3004C- MILITARY STANDARD, Change 1, or latest version. Tank Type: The Contractor must identify type of construction (i.e. floating roof, Cone, etc.) for all tanks in the offer. Tank receiving and delivery line shall be in dedicated JPTS service. The tank shall be connected so as to provide the capability of re-circulating/filtering of product between tanks and ATG. Provisions shall be available for displacing common loading/unloading lines to a tank other than JTPS storage tanks. Those provisions should be explained in the Offeror�s proposal.� All tanks and facilities must meet the minimum requirement of the current API, NFPA, CFR codes and standards; all federal, state, and local laws/regulations, etc., applicable to tanks and facilities of the type to be provided. It will be the Offeror�s responsibility to meet and maintain compliance with the above requirements. �� The Contractor shall support the phase-in of the incumbent contractor selected for pending solicitation SPE6603-19-R-0514. The expected period of performance is July 1, 2020 through September 30, 2020. This announcement is posted as a notification of the Government intent to enter into a sole source contract under the authority of FAR 6.302-1, �Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirement. This procurement will be unrestricted under NAICS code 493190 (Other Warehouse and Storage) with a size standard of $27.5 million dollars. The contract will be subject to FAR 52.222-41, The Service Contract Labor Standards (formerly known as the Service Contract Act of 1965). Response are limited to not more than five (5) pages. The Government will use this information to determine if there are offerors capable to perform this requirement. By responding, Offeror acknowledges capability to implement and coordinate all activities such as the Government is assured of cost-and time effective instructions. Any information submitted in response to this notice is voluntary. This is not an RFP, a promise to issue an RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract. The closing date for the receipt of responses are due no later than 9:00 a.m., March 16, 2018. Offers shall be submitted electronically to Rondaski.burley@dla.mil in the following format: Submissions should not exceed five - 8.5 x 11 inch pages. The point of contact for this notice is Rondaski Burley. Email: Rondaski.burley@dla.mil Phone Number: (571)767-7063 Interested companies should address the following in their capability statements: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) are required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for fuels management services contracts? If so, please provide the following: Contract number, name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 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, type (s) of service you would 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. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract with a possible five-year option in the event there are delays with the payment process? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46efd8f9e49b4d19b2c8de6c6f373707/view)
 
Place of Performance
Address: Seabrook, TX 77586, USA
Zip Code: 77586
Country: USA
 
Record
SN05659153-F 20200517/200516071015 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.