SOURCES SOUGHT
M -- Retail fuel facility GOCO Ft. Carson, CO
- Notice Date
- 7/27/2022 9:39:23 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
- SPE603-22-5X13
- Response Due
- 8/10/2022 10:00:00 AM
- Point of Contact
- Ronald Mosley, Phone: 5712794255
- E-Mail Address
-
Ronald.Mosley@dla.mil
(Ronald.Mosley@dla.mil)
- Description
- This is a Sources Sought Notice only. It seeks information from potential sources. This notice is issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. This is not a Request for Proposal (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. For reference purposes, this notice is numbered SPE603-22-5X13. Defense Logistics Agency Energy (DLA Energy) has a requirement for the acquisition of services Government Owned Contractor-Operated GOCO retail fuel facility located at 2703 Wilderness Rd, Fort Carson, CO. The contractor is responsible to manage and operate an unmanned retail fuel facility for the normal and continuous use, operation, maintenance, and real time reporting of discrepancies applicable to all petroleum systems, components, facilities, buildings, and equipment listed and provided in this contract. Furthermore, the Contractor shall manage, coordinate, oversee, and report as needed to ensure all required inspections, services, maintenance, and repairs of all facilities, equipment, and real property associated with this contract. The contractor shall provide retail fuel dispensing services for petroleum product (JAA, MOGAS, DSL and E85). The period of performance is estimated to begin on October 1, 2022 - September 18, 2025 (35 months and 18 days). Interested parties may identify their capabilities by responding to this requirement, no later than 1:00 PM EST, August 10, 2022. Responses may be submitted via email and should include a detailed capabilities statement. Only responses submitted via E-Mail will be considered. Questions concerning this requirement should be submitted by writing to: Ronald.Mosley@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 System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) formerly known as 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://sam.gov/opp/fbf3e3bc02e34c7db4010b5e27384f87/view)
- Place of Performance
- Address: Colorado Springs, CO 80913, USA
- Zip Code: 80913
- Country: USA
- Zip Code: 80913
- Record
- SN06404544-F 20220729/220727230121 (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 |