Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
SOURCES SOUGHT

M -- Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX

Notice Date
7/18/2024 12:39:36 PM
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE60324R5X15
 
Response Due
8/2/2024 12:00:00 PM
 
Archive Date
08/17/2024
 
Point of Contact
Orin Smith, Phone: 5717679527, YALIER FUSTER, Phone: 8049120930
 
E-Mail Address
Orin.Smith@dla.mil, YALIER.FUSTER@DLA.MIL
(Orin.Smith@dla.mil, YALIER.FUSTER@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice only.� It seeks information from small business sources that can provide fuel management services at a Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX.� 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 notice 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 System for Award Management (SAM) notice is numbered SPE60324R5X15. Defense Logistics Agency (DLA) Energy, Domestic Storage and Services Division, Bulk Petroleum Business Unit-FESAA seeks to identify potential qualified small businesses that can perform non-personal services to operate and maintain Government-Owned Contractor-Operated fuel facilities at Laughlin AFB, TX and Randolph AFB, TX.� Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products, as well as maintain the associated fuel facilities. The Government plans to award two firm fixed price contracts, one for each location (Lauglin AFB, TX and Randolph AFB, TX) for a four-year base period of performance (beginning on or about January 01, 2026), a five-year option period and six one-month extensions. �Contracts awarded are subject to FAR 52.222-41, Service Contract Labor Standards to include Collective Bargaining Agreements. The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $36.5 million dollars.� The proposed solicitation is being considered as a set-aside under a small business set-aside program and will utilize full and open competition after exclusion of sources in accordance with FAR 6.2.� The potential RFP will be posted on or after August 15, 2024, and will close about 45 days later. The solicitation will be published electronically on the SAM website at www.sam.gov. �Interested companies responding to the solicitation will be required to register in SAM and Wide Area Workflow (WAWF). In responding to this notice please provide the following: 1. �A company profile to include number of employees, office location (s), DUNS/CAGE Code number, and a statement regarding current business status.� Please note that registration in SAM is 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 contracts for similar fuels management requirements?� 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 GOCO fuels management.� If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage.� Please 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 would you perform.� 5. �Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year contract at one or more locations, in the event there are delays with the payment process? 6. �What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? 7. �Locations: Please identify specific sites for which you intend to submit an offer. Responses are limited to not more than 15 pages.� The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision.� Any information provided to the Government as a result of this notice is voluntary.� The Government will not pay for any information received in response to this notice or any subsequent announcement related to this notice.� All responses to this Sources Sought Notice are to be submitted by 1500 hours Local Time Ft. Belvoir, VA on August 02, 2024. �Response(s) shall be submitted via email will be considered.� Submit any response to the following email addresses:� Orin Smith at Orin.Smith@dla.mil and Yalier Fuster at Yalier.Fuster@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39a44b627e2c446fbebdb8674b75831f/view)
 
Place of Performance
Address: TX 78150, USA
Zip Code: 78150
Country: USA
 
Record
SN07135192-F 20240720/240718230124 (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.