Federal Bid

Last Updated on 15 Apr 2024 at 4 PM
Solicitation
Location Unknown

Recurring Maintenance and Minor Repair (RMMR) Services, Lajes Air Base, Azores Island of Terceira, Portugal

Solicitation ID W912GB24R0045
Posted Date 15 Apr 2024 at 4 PM
Archive Date 15 May 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sd Fest Nau1 Europe
Agency Department Of Defense
Location Portugal

SOLICITATION NUMBER: W912GB24R0045

TYPE OF CONTRACT: The USACE NAU anticipates soliciting and awarding a stand-alone hybrid Firm-Fixed-Priced (FFP)/Cost-Plus-Fixed-Fee (CPFF) services contract to provide fuel systems minor services in support of the Defense Logistics Agency Energy (DLA-E) requirements at Lajes Airfield, Azores Island of Tercira, Portugal

DESCRIPTION: This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment, and incidental services required to execute and document RMMR Services for DLA-E capitalized fuels facilities and supporting infrastructure at Lajes Airfield. Contractor shall provide RMMR Services through implementation of a Preventive Maintenance Plan which defines, schedules, and executes periodic quarterly, semi-annual, and annual facility inspections. Work is required to be performed in accordance with Unified Facilities Criteria (UFC) 3-460-03 Petroleum Fuel Systems Maintenance for military land-based liquid petroleum fuel facilities. This contract 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). The preventative maintenance program shall also include Emergency Repair, Minor Repair, Emergency Environmental Support, and Records Management. The Contractor shall perform an annual assessment of facilities.

TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. In accordance with FAR 19, all socioeconomic program considerations do not apply due to the project location being OCONUS.

SELECTION PROCESS: The Government intends to select a contractor for award using a best value trade-off acquisition method in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. This process allows for trade-off between non-cost factors and cost/price and allows the Government to accept other than the lowest prices proposal or other than the highest technically rated proposal to achieve a best value contract award.

PERIOD OF PERFORMANCE: The anticipated period of performance will be a one-year base period, with four one-year option periods.

SOLICITATION WEBSITES: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to proposal submission of this, or any U.S. Government contract. Solicitation documents, plans and specifications will only be available via sam.gov (https://sam.gov/) website. The solicitation will be available only as a direct download. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.

ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 1 May 2024. The Government anticipates contract award by September 2024. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.

NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government.

POINTS-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Phillip Garrison at [email protected] and Contracting Officer, Shawna West, at [email protected].

Bid Protests Not Available