The RFP Database
New business relationships start here

Contractor-Owned Contractor-Operated Fuel Storage Services (Jet A) in Tuscaloosa, AL


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Notice only. It seeks information from sources that can provide Contractor-Owned Contractor-Operated (COCO) Jet A/JAA storage/transportation services within the area of Tuscaloosa, AL. 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 a 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 FBO notice is numbered SPE603-19-R-5X26.

Defense Logistics Agency (DLA) Energy - FESBA seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide Contractor-Owned Contractor-Operated (COCO) fuel services within the area of Tuscaloosa, AL. A minimum of two tanks interconnected to provide the capability of re-circulating/filtering of products between tanks and isolated from other facilities and product(s) handled within the tank farm is desired. Dedicated facilities are preferred however; a common system will be considered L-0004-L116.01 Data Requirements Storage (DLA ENERGY JAN 2013). All storage must be available at a single location upon award. The U.S. Government will be entitled to 500,000 barrels of total throughput for each 12-month contract period.

The contractor is also required to provide the following:

a. Receipt: The Contractor's facility shall be capable of receiving Government-owned petroleum product on a 24 hour per day, seven (7) days per week basis; via a contractor furnished connection to the Plantation Common Carrier Pipeline System. The Contractor furnished pipeline system connection shall be capable of receiving and handling a minimum pipeline tender batch of 25,000 barrels at commercial flow rates compatible with the carriers system (maximum commercial flow rates are 3,600 barrels per hour).

b. Shipping: The Contractor's facility shall be capable of shipping Government owned JAA (F-24) via Government-furnished tank trucks on a regular work schedule between the hours of 06:00 to 14:00, five (5) days per week (Monday through Friday), Saturdays, Sundays and Federal holidays excepted as stipulated in the wage determination. All required additives, if not received in the product, shall be proportionately injected during shipment to ensure conformance with specification requirements at destination. Due to clay filtration being used, corrosion inhibitor shall be proportionately injected during shipment to ensure conformance with specification.

c. Filtration: The Contractor-furnished filtration system shall meet the requirements of API Bulletin 1581 Second Edition, January 2000, Group II, Class B to allow for product filtration during tank transfers, product receipt by the commercial pipeline and tank truck loading. Normal operating flow rate of the Common Carrier Pipeline System is at a rate of 3,600 barrels per hour. All aviation turbine fuel loaded into tank trucks will first pass through a 100-mesh screen prior to entry into the truck compartment. The Contractor's filtration system and bypass system must be interconnected and capable of filtering product during tank-to-tank transfers.

The U.S. Government anticipates issuing a solicitation for the award of a Firm-Fixed-Price contract. The period of performance is estimated to begin on September 1, 2019 through August 31, 2023 (four years base period) and will include a five-year option to renew (estimated September 1, 2023 through August 31, 2028). The contract will be subject to FAR 52.222-41, Service Contract Labor Standards.

Interested companies should respond to the following:

1. Provide a company profile to include number of employees, DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in System for Award Management (SAM) and Wide Area Workflow (WAWF) are 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 a service contract for similar fuels testing 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 the laboratory testing of petroleum products. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. 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 experience with Service Contract Act of 1965?

6. Do you have an approved accounting system in place to adequately track expenditures?

7. What realistic phase-in period would you require (if any) to commence performance?

Responses are limited to not more than 15 pages. 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 notice are to be submitted by 4:00pm EST on January 4, 2019. Response(s) shall be submitted via email to be considered. Submit any response to the following email address: mark.laskoski@dla.mil .

Mark A. Laskoski, Contract Specialist, Phone (571) 767-7051, Email mark.laskoski@dla.mil - Alicia C. Williams, Contracting Officer, Phone 571-767-9340, Fax 7037679338, Email alicia.williams@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP