Classification: NAICS 213112
The US Army Engineering and Support Center in Huntsville (CEHNC) intends to solicit and award a task order for recurring maintenance and minor/emergency repair and minor construction services on the DLA-Energy capitalized petroleum facilities at the following sites:
Akasaki, Japan; Charleston DFSP,NC; Craney Island, VA; DFSP San Pedro, CA,; Elgin, FL; FISC Manchester, WA; DFSP Guam, Guam; Hakozaki, Japan; Hurlburt, FL; Iorizaki, Japan; Iwakuni, Japan; FISC Jacksonville, FL; JAX-Mayport, FL; Langley AFB, VA; MCAS Beaufort, SC; NAS New Orleans, LA; Rota, Spain; San Diego (PT Loma), CA; Whidbey Island, WA; Yokose, Japan, and Yorktown, VA.
Description of Supplies/Services: The contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct recurring maintenance and minor/emergency repairs of DLA-Energy capitalized petroleum facilities at the aforementioned installations.
This is a solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to evaluate and award IAW the criteria set out in this solicitation. North American Industrial Classification System (NAICS) Codes 213112 is applicable to this acquisition.
It is the Governments intent to solicit on the basis of full and open competition. The Government has entered into Basic Ordering Agreements (BOA) for this scope of work. Offerors that are not BOA holders that wish to compete for this work must also submit information to qualify for issuance of a BOA. For more information contact Aquiller Cole, Contract Specialist, at the contact information below.
Award of a Firm-Fixed Price (FFP) service order will be made. The proposed award will consist of one-year base period of performance and four one-year optional periods of performance. The solicitation number is W912DY-16-R-0017 and is issued as a Request for Proposal (RFP). All proposals accepted for evaluation will be evaluated in accordance with enclosed criteria. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs.
This notice is being posted to satisfy the requirement of FAR 5.201. Neither a pre-proposal site visit nor a pre-proposal conference will be held.
Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the System for Award Management database prior to award. Interested parties are encouraged to obtain further information on CCR registration at the following website: https://www.sam.gov/portal/public/SAM/.
Before notice to proceed can occur, the selected awardee will have to prepare and submit an Accident Prevention Plan (APP) for review and approval in accordance with EM385-1-1. It is expected that the APP be submitted for Government review within 3 business days of award notification.
Contact regarding the requirements set forth in this RFP shall only occur with the Contracting Office. Discussions or information obtained via other sources could make you ineligible for award if deemed a Conflict of Interest or a Violation of Procurement Integrity Act. Any questions pertaining to this RFP shall be submitted through PROJNET no later than COB, 18 March 2016. Proposals shall be submitted no later than 3:00 PM CST, 4 April 2016 to the address below. All other questions and concerns can be directed to Ms. Aquiller Cole, Contract Specialist, at the below contact information:
US Army Corps of Engineers
Huntsville Engineering and Support Center
Attn: Aquiller Cole, Contract Specialist
4820 University Square
Huntsville, AL 35816-1822
Office Phone: 256-895-1117
[email protected]
Please see the attached solicitation and attachments for full details.
NOTE: Firms shall NOT engage into any form of contact with installation personnel regarding this requirement prior to issuance of notice to proceed by the Contracting Officer.