Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

X -- Contractor Owned and Contractor Operated (COCO) and Government Owned Contractor Operated Fuel Services

Notice Date
4/7/2021 8:59:29 AM
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-21-R-5X06
 
Response Due
5/7/2021 12:00:00 AM
 
Archive Date
05/22/2021
 
Point of Contact
TINA WILLIAMS, Phone: 5717678556, Keecha Elliott, Phone: 5714598988
 
E-Mail Address
Tina.Williams@dla.mil, keecha.elliott@dla.mil
(Tina.Williams@dla.mil, keecha.elliott@dla.mil)
 
Description
Defense Logistics Agency Energy (DLA Energy) has a requirement for Contractor Owned and Contractor Operated (COCO) and Government Owned Contractor Operated services at 29 Palms, CA using best commercial standards. The contractor is responsible for all personnel, equipment, material, and facilities necessary for providing these services, while employing the best commercial practices and guidelines including, but not limited to Local, State, and Federal guidelines. Furthermore, the contractor provides all labors, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products. The mission at 29 Palms is dependent on management, operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and environmental protection of the Marine Corps Government-Owned/Contractor-Operated (GOCO) fuel facilities and Contractor-Owned/Contractor-operated (COCO) fuel facilities. Contractor Owned and Contractor Operated (COCO) and Government Owned Contractor Operated (GOCO) Services at Marine Corp Base 29 Palms, CA. The period of performance is as follows:� 1. Option: 5 years or (60 months) - from May 15, 2021 through May 14, 2026 2. Option:� 2 years and 4 months or (28 months)- from May 15, 2026 through September 14, 2028 This sources sought notice is not a request for competitive proposals. All responsible sources may submit a capability statement in response to this notice. Any capability statements received by the closing date will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This determination will be based upon the responses to this notice and is solely within the discretion of the Government. The closing date for the receipt of responses are due no later than 3:00 p.m., April 29, 2020. Offers shall be submitted electronically to Tina Williams at tina.williams@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 Tina Williams and Keecha Elliott. Email: tina.williams@dla.mil �and keecha.elliott@dla.mil. 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 betaSAM.Gov (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/b7f11294340c4facb835542cbfc710ab/view)
 
Place of Performance
Address: CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN05965560-F 20210409/210407230118 (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  © 1994-2020, Loren Data Corp.