Fuels Recurring Maintenance & Minor Repair - Pacific Ocean Division - Japan
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 07, 2024 03:39 pm CDT
- Original Response Date: Nov 18, 2024 12:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 03, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1NA - MAINTENANCE OF FUEL SUPPLY FACILITIES
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: USA
Description
This is a SOURCES SOUGHT notice that is issued solely for informational and planning purposes and does not constitute a solicitation. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL, nor does it restrict the Government as to the ultimate acquisition approach. This notice is open for responses from both small and other than small businesses, and responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses in accordance with Federal Acquisition Regulation (FAR) Subpart 19.5. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned.
1. CONTRACT INFORMATION: The U.S. Army Corp of Engineers, Huntsville Engineering and Support Center (CEHNC) in Huntsville, Alabama is seeking to identify qualified firms and intends to solicit and award contracts in support of the Defense Logistics Agency – Energy (DLA- E). The DLA-E is the customer for this requirement and supports installations and non-installations such as Army, Navy and Air Force. DLA-E is a field-level activity responsible for providing the Department of Defense (DoD) and other Government agencies with complete energy solutions effectively and efficiently. The mission of DLA-E is to incorporate emerging areas of renewable and alternative energy for DoD along with the traditional fuel and energy support. Contractors must be capable to provide services to Government installations and facilities Outside the Contiguous United States (OCONUS) to include Japan and Diego Garcia. CEHNC anticipates a period of performance for five years (12 month base period and four, 12 month optional periods). FAR 52.217-8 – Option to Extend (up to six months) is anticipated to be included in the acquisition.
The Government is performing market research to determine if small business and other than small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service-Disabled Veteran Owned). Interested firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, so indicate. Based upon responses received, consideration will be given to defining whether part or all the acquisition will be set-aside for small business competition.
2. PROJECT INFORMATION: The Fuels Recurring Maintenance and Minor Repair (RMMR) program is a comprehensive maintenance program that provides vital maintenance and repair services to the United States Government to sustain a worldwide robust fueling capability in support of federal petroleum facilities and petroleum systems. The program is divided in two distinct services, Recurring Maintenance and Minor Repair. The Recurring Maintenance (RM) follows the current Unified Facilities Criteria (UFC) 3-460-03, general inspection and maintenance criteria for military land-based liquid petroleum fuel facilities. These criteria are applicable to all branches of the DoD and Defense Logistics Agency (DLA). This procurement requires a Contractor experienced in repair, maintenance, and operation of federal petroleum facilities and petroleum systems ensuring those systems are in compliance with codes, criteria, regulations, and laws of the United States/host nation (local and national). UFC 3-460-03 applies to all real property facilities used for storing, distributing, and dispensing fuels for reciprocating and jet engine aircraft, automotive fuels, lubricating oils, and diesel fuel. In addition to a well-maintained system or facility, the RM portions will return written reports detailing systems evaluated, corrective actions taken, and documenting facility, system, and component deficiencies. The minor repair provides a contract vehicle for corrective action of deficiencies to petroleum facilities, petroleum systems, and supporting DLA capitalized facilities as well as emergency response capability to ensure the safe and reliable accomplishment of the applicable fuels delivery mission. Other repairs may be requested by each DLA Capitalized Site for components, equipment, or systems in support of fuels delivery mission. There are no Architect/Engineering or construction services in this acquisition.
3. SUBMISSION REQUIREMENTS: Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12. The submission will address all questions in the Capabilities Questionnaire listed below and your ability to perform the services stated in the draft PWS.
Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to: jasmine.m.mccullough@usace.army.mil. Submissions shall be received no later than 1200 Noon Central Standard Time on 18 November 2024.
NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.
Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to the jasmine.m.mccullough@usace.army.mil and lashonda.c.smith@usace.army.mil.
Personal visits for the purpose of discussing this announcement will not be scheduled.
Attachments/Links
Contact Information
Contracting Office Address
- 300 SECURE GATEWAY KO CONTRACTING DIVISION
- REDSTONE ARSENAL , AL 35898-0000
- USA
Primary Point of Contact
- Jasmine McCullough
- jasmine.m.mccullough@usace.army.mil
Secondary Point of Contact
- Lashonda Smith
- lashonda.c.smith@usace.army.mil
- Phone Number 2568957795
History
- Nov 22, 2024 10:55 pm CSTSources Sought (Updated)
- Oct 16, 2024 12:42 pm CDTSources Sought (Updated)
- Oct 11, 2024 08:16 am CDTSources Sought (Updated)
- Oct 07, 2024 03:39 pm CDTSources Sought (Original)