Federal Contract Opportunity

Last Updated on 15 Mar 2024 at 10 AM
Solicitation
Location Unknown

Recurring Maintenance and Minor Repair Services Various Royal Air Force (RAF) Bases, United Kingdom

Details

Solicitation ID W912GB24R0026
Posted Date 15 Mar 2024 at 10 AM
Response Date 30 Sep 2024 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sd Fest Nau1 Europe
Agency Department Of Defense
Location United kingdom of great britain and northern ireland

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Krueger International Incorporated

Manitowoc Tupelo Green bay Washington Alexandria

Sign up to access Documents

Signup now

ANTICIPATED PROJECT TITLE: Recurring Maintenance and Minor Repair (RMMR) Services Various RAF Bases, United Kingdom

AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU)

NAICS: 238990, All Other Specialty Trade Contractors

PLACE OF PERFORMANCE: RAF Fairford, RAF Lakenheath, RAF Mildenhall, RAF Alconbury, RAF Croughton, RAF Menwith Hill, RAF Molesworth, RAF Welford, United Kingdom (UK)

SOLICITATION NUMBER: W912GB24R0026

TYPE OF CONTRACT: The Government anticipates awarding a stand-alone hybrid Firm-Fixed- Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) services contract.

SYNOPSIS: This Pre-Solicitation Notice provides the USACE NAU’s intent to award a hybrid FFP and CPFF contract to provide fuel systems minor services in support of the Defense Logistics Agency – Energy (DLA-E) requirements for the Royal Air Force (RAF) Fairford, RAF Lakenheath, and RAF Mildenhall in the United Kingdom (UK).

This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document Minor Repair Services for Defense Logistics Agency (DLA) capitalized facilities at United States Air Force Europe (USAFE) Installations locations throughout the United Kingdom. The contractor shall provide Minor Repair Services by way of the submission of service orders as unscheduled repairs arise. The contractor shall perform an annual assessment of facilities. 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.

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 OCONUS project location.

SELECTION PROCESS: This requirement will use a Best-Value Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. The selection process will allow for a trade-off analysis between non-cost factors and cost/price factors, allowing the Government to accept other than lowest price proposal or other than the highest technically rated proposal to achieve a best value contract award. The project will be solicited under Full and Open competition and will be awarded as a hybrid FFP/CPFF contract. The contract will be awarded and paid in Euros (€).

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

SITE VISIT/PRE-PROPOSAL CONFERENCE: At this time, a site visit is not planning to be held for this solicitation.

SOLICITATION WEBSITES: All prospective contractors and subcontractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via sam.gov. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. Neither telephonic, mailed, nor fax requests will be accepted. It is 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. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. 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 2 April 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.

QUESTIONS: For all inquiries please direct them to the Contract Specialist, Isabella Busalacchi, at e-mail: [email protected], and the contracting officer, Shawna West, at [email protected].