The RFP Database
New business relationships start here

Transport fuel by truck to various location on island of Oahu


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

The US Fish and Wildlife Service (USFWS), Midway Atoll National Wildlife Refuge has a requirement for transporting and pumping aviation fuel from the Defense Logistics Agency (DLA) located at the NA VSUP Fleet Logistics Center Pearl Harbor (FLCPH) on the Joint Base Pearl Harbor-Hickam via truck to various loading locations on the island of Oahu. Motor gasoline or "MOGAS" fuel (ethanol-free gasoline) is also required to be transported and pumped from commercial vendors to loading locations also on the island of Oahu.

Project is a small business set-aside. Applicable NAICS code is 484220. Small business size is defined as $25.5 million or less annually when averaged over a three year period. Services to run for a base year (March 2017 through February 2018) and will include four option years to be exercised solely at the discretion of the Government.

A brief description of services as follows:

1. GENERAL:
The US Fish and Wildlife Service (USFWS), Midway Atoll National Wildlife Refuge has a requirement for transporting and pumping aviation fuel from the Defense Logistics Agency (DLA) located at the NA VSUP Fleet Logistics Center Pearl Harbor (FLCPH) on the Joint Base Pearl Harbor-Hickam via truck to various loading locations on the island of Oahu. Motor gasoline or "MOGAS" fuel (ethanol-free gasoline) is also required to be transported and pumped from commercial vendors to loading locations also on the island of Oahu.

2. SCOPE:

2.1 Contractor will transport up to 42,000 total gallons combined of aviation and MOGAS fuel. JP-5 (Jet Fuel) is disbursed from the DLA through FLCPH and MOGAS fuel is disbursed from a variety of commercial vendors on the island of Oahu. Both fuel types transported for USFWS needs occurs via truck to various locations on the island of Oahu including but not limited to Kewalo Basin and Kaneohe. The tank and piping on the truck must be cleaned to DLA standards before fuel is transported. Cleaning includes but is not limited to: draining all fuel residue from the tank and piping, flushing piping with water, machine washing the tank with water, and ensuring that the tank and piping are free of water (dry), loose rust, sludge, mud, silt, etc. before filling with fuel. DLA will not transfer fuel if the truck's tank is not clean. A copy of the complete "DLA Cleaning Standards, is available from DLA. Once the fuel reaches the desired delivery destination, it must be pumped "over-the-water" into nine 5,000 gallon (approx.) International Maritime Organization (IMO) tanks onboard the motor vessel Kahana owned by P&R Watertaxi. 111e contractor must be able to transport and pump up to 42,000 total gallons of fuel within a 2-day period. Contractor must operate under a current USCG Mobile Transfer Facility Permit. Contractor is required to list USFWS as "additional insured" on its Insurance Policy with respect to work performed under this contract using the following as a minimum: General Liability - $2 million; Aggregate, Auto. Liability - $5 million/to include MCS-90 coverage; Cargo Insurance - $30,000. Contractor must obtain base passes to access DLA at FLCPH on Joint Base Pearl Harbor-Hickam.

3. TASKS:

3.1 This general contract includes, but is not limited to transporting JPS two to four times a year from the DLA located at Joint Base Pearl Harbor-Hickam via truck to various locations on the island of Oahu including but not limited to Kewalo Basin and Kaneohe.

4. PLACE AND PERIOD OF PERFORMANCE:

4.1 Aviation fuel (JP-5) will be transported from the DLA located at Joint Base Pearl Harbor-Hickam and MOGAS fuel (ethanol-free gasoline) from commercial vendors-via truck to various locations on the island of Oahu including but not limited to Kewalo Basin and Kaneohe.

4.2 Base Year: March 2017 thru February 2018 or 3 Days after receipt of award, whichever is sooner

4.3 Option Period One: March 2018 thru January 2019

4.4 Option Period Two: March 2019 thru January 2020

4.5 Option Period Three: March 2020 thru January 2021

4.6 Option Period Four: March 2021 thru January 2022

5. EVALUATION AND ACCEPTANCE:

5.1 Evaluation and Acceptance will be determined by the Technical Coordinator/Refuge Manager. Transportation of fuel must occur on days stipulated by USFWS in order to facilitate vessel loading.

5.2 Protection of Government Property: During execution of the work, the Contractor shall take special care to protect Government property and in this case ensure that the fuel quality is not compromised by the tank used for transporting. In the event of an accident, the Contractor shall replace all contaminated or lost fuel.

6. GOVERNMENT FURNISHED EQUIPMENT/INFORMATION
The Refuge Manager will provide guidance as required and will typically provide the contractor at least 7 days notice for fuel transporting. The Refuge Manager will assist the contractor as necessary to acquire access to Joint
Base Pearl Harbor-Hickam and will request DLA provide at least 10hours of loading time at the FLCPH "DESC rack" each day. Examples include but are not limited to transporting 42,000 gallons of JP5 from FLCPH to Kewalo up to four times per year.

7. MATERIAL:
While performing the designated tasks outlined in the submitted work order any major costs outside the scope of work will require prior approval from the Refuge Manager or designated Refuge staff.

8. AVAILABILITY:
Normal duty hours Monday thru Sunday 7:00 a.m. - 5:00 p.m. In the event-of emergencies, the contractor shall provide contact information.

8.2 No duty hours include hours each day outside of 7:00 a.m. - 5:00 p.m. and federal government holidays (New Year's Day, Memorial Day, President's day, Fourth of July, Thanksgiving, Columbus Day, Christmas).

8.3 Emergency/Miscellaneous maintenance functions may be required to be scheduled during non-duty hours due to the nature of the work or specific scheduling requirements. Emergency work is required when immediate action to correct or prevent loss or damage of Government property, or to eliminate hazards to personnel or equipment.

9.    QUALITY CONTROL (QC):
See clauses for inspection and acceptance for commercial supplies/services. QC will be maintained according to industry standards and made available to the agency upon request.

10.    QUALITY ASSURANCE (QA):
See clauses for inspection and acceptance for commercial supplies/services.

11.    TECHNICAL COORDINATOR
Name: Bob Peyton, Phone: office (808) 954-4818, cell (503) 724-2204, Fax: (808} 772-5311, bob_peyton@fws.gov

Basis for award will be "Lowest-Priced, Technically- Acceptable." The lowest priced offeror will receive the award if considered to be technically acceptable. If not considered technically acceptable, the next lowest priced offeror will be evaluated until the lowest priced offeror is identified that is considered technically acceptable to receive award. To be considered technically acceptable, the offeror must submit the following information with their proposal for evaluation:

1.    Past Performance: List past projects performed that are similar in nature to the Statement of Work with current points of contact and phone numbers (not-to-exceed three pages). The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data.

2.    Technical capability of the item offered to meet the Government requirement (not-to-exceed 3 pages). List certifications and experience in similar projects of complexity and nature as described in the Statement of Work..

3.    Price (no page limit):

Solicitation Number F17PS00301 with attachments is being posted with this synopsis notice with quotes due by 3 PM PST on Thursday, March 2, 2017. Quotes must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov.

No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Courtney Brown at 808-875-1582 or email to courtney_brown@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.

Lautzenheiser, Karl

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP