Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2021 SAM #7306
MODIFICATION

M -- Bulk Fuel Services for Vance AFB and Sheppard AFB

Notice Date
11/30/2021 2:45:49 PM
 
Notice Type
Solicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-22-R-0502
 
Response Due
1/3/2022 12:00:00 PM
 
Archive Date
01/18/2022
 
Point of Contact
Rosa Holbrook, Phone: 5717679718, Ursula Waibel, Phone: 5717672928
 
E-Mail Address
rosa.holbrook@dla.mil, ursula.waibel@dla.mil
(rosa.holbrook@dla.mil, ursula.waibel@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation SPE603-22-R-0502 is a follow-on requirement for non-personal, Government-owned, Contractor-operated (GOCO) Aircraft & Ground Fuel Services and Storage & Distribution services at Sheppard Airforce Base, TX and Vance Airforce Base (AFB), OK. The services include management, operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and environmental protection of Sheppard AFB and Vance AFB. The contractor must provide all personnel, equipment, tools, materials, supplies and supervision necessary to receive, maintain, store, sample and test, internally transfer and issue petroleum products. The contractor will be responsible for all fuel-servicing operations and safeguarding facilities, equipment, and fuel products under its control during nominal and adverse conditions. The period of performance for Sheppard AFB is from August 1, 2022 through July 31, 2026 for a four-year base period and one five-year option period from August 1, 2026 through July 31, 2031 and an option to extend for no more than six-months from August 1, 2031 to January 31, 2032. The period of performance for Vance AFB is from June 1, 2022 through May 31, 2026 for a four-year base period and one five-year option period from June 1, 2026 through May 31, 2031 and an option to extend for no more than six-months from June 1, 2031 to November 30, 2031. A best value acquisition strategy using the Lowest Price Technically Acceptable process in accordance with FAR 15.101-2 will be used for this acquisition. The offerors� proposals will be evaluated against the established evaluation criteria and standards as found in the Performance Work Statement (PWS) and Section M of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97b139eacf2d4be5b0b55aba8db16c4b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06187323-F 20211202/211130230126 (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.