DLA-Energy Petroleum Facilities Recurring Maintenance andMinor/Emergency Repairs Air Force Phase 9 (№2876070)

22 oct

Number: 2876070

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


22-10-2017

Description


DLA-Energy Petroleum Facilities Recurring Maintenance andMinor/Emergency Repairs Air Force Phase 9Solicitation Number: W912DY-17-R-0004
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE HNC, Huntsville

Solicitation Number: W912DY-17-R-0004

Notice Type: Award

Contract Award Date: October 18, 2017

Contract Award Number: W912DY-13-G-0006-W912DY18F0001

Contract Award Dollar Amount: $2760000

Contractor Awarded Name: WESTON SOLUTIONS, INC.

Contractor Awarded DUNS: 044519429

Contractor Awarded Address: 1400 Weston Way

WEST CHESTER, Pennsylvania 19380
United States

Synopsis: Added: Apr 07, 2017 8:27 pm Modified: May 09, 2017 11:13 am

Track Changes 8 MAY 2017 - Amendment 02 is posted. Due date is changed to 16 MAY 2017 at 2PM CST.

4 MAY 2017 - The Government intends to issue an amendment to the RFP tomorrow. This is to notifiy offerors not to ship their proposal packages until they have fully reviewed the upcoming RFP amendment.

Solicitation for Commercial Services
RFP W912DY-17-R-0004
DLA-Energy Petroleum Facilities Maintenance and Minor/Emergency Repairs

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:


(DVM) Davis Monthan AFB Site #1
(GBA) Gila Bend Air Force Auxiliary Field Site #1, AZ
(LUK) Luke AFB Site #1, AZ
(TEW) Sky Harbor IAP Site #1, AZ
(TUS) Tucson IAP ARZ Site #1, AZ
(BEA) Beale AFB Site #1, CA
(CIS) Channel Islands ANG Station Site #1, CA
(FRE) Fresno Yosemite International ANG Site #1, CA
(EDW) Edwards AFB Site #1, CA
(P42) Air Force Plant 42 Site #1, CA
(CGD) March Air Reserve Base Site #1, CA
(TRA) Travis AFB Site #1, CA
(VAN) Vandenberg Main Base Site #1, CA
(AMG) Alamogordo Site #1, NM
(HMN) Holloman Site #1, NM
(KLD) Kirtland Site #1, NM
(CAN) Cannon AFB Site #1, NM
(ISP) Creech Air Force Base, NV
(RKX) Nellis Air Force Range, NV
(NEL) Nellis Site #1, NV
(RAG) Reno Tahoe International Airport Site #1, NV
(WZV) Tonopah Auxiliary Airfield Annex Site #1, NV
(TAA) Tonopah Auxiliary Airfield Annex #2 Site #1, NV
(UAG) Salt Lake City IAP site #1, UT
(HLL) Hill AFB Site #1, UT


as described in the Performance Work Statement (PWS) provided in Attachment 01: Contract Binder and this order.


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. BOA RFP W912DY-12-R-0052 is Attachment 09 to this RFP.


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-17-R-0004 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 10:00 AM CST, 17 April 2017. Proposals shall be submitted no later than 10:00 AM CST, 9 May 2017 to the address below. All other questions and concerns can be directed to Megan Carper, Contract Specialist, at the below contact information:


US Army Corps of Engineers
Huntsville Engineering and Support Center
Attn: Megan Carper, Contracting Officer
4820 University Square
Huntsville, AL 35816-1822
Office Phone: 256-895-1843
[email protected]


Your proposal shall be detailed and explicit and should include supporting data in enough detail to permit thorough review and analysis. In addition, your submission shall clearly state any assumptions, qualifications, or exceptions used in preparing your proposal. All information will be protected as procurement sensitive.


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.




Please consult the list of

document viewers if you cannot open a file. Air Force Phase 9 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Air Force Phase 9

Posted Date: April 7, 2017



W912DY-17-R-0004_FINAL_7_APR_2017.pdf (501.70 Kb) Description: Solicitation - W912DY-17-R-0004

01_2016_11_16_Air_Force_9_Binder.pdf (2069.87 Kb) Description: ATTACHMENT 01 - CONTRACT BINDER (PWS)

02_2016_07_08_-_Air_Force_Phase_9_QASP.pdf (33.61 Kb) Description: ATTACHMENT 02 - QASP

03_20170407_BLANK_PPQ_Fillable.pdf (1119.53 Kb) Description: ATTCHMENT 03 - PAST PERFORMANCE QUESTIONNAIRE (PPQ)

04_Eng_Form_4025-R.pdf (60.33 Kb) Description: ATTACHMENT 04 - ENG FORM 4025-R

05_SB_Participation_Plan_rev06Apr2017.pdf (28.83 Kb) Description: ATTACHMENT 05 - SMALL BUSINESS PARTICIPATION PLAN (SBPP)

06_Pricing_Worksheet_rev_07Apr2017.xls (163.50 Kb) Description: ATTACHMENT 06 - PRICING WORKSHEET

07_DLA_SO_Form_20150625.xls (197.00 Kb) Description: ATTACHMENT 07 - SERVICE ORDER FORM

08_-_Wage_Determinations_Final.pdf (22.80 Kb) Description: ATTACHMENT 08 - WAGE DETERMINATIONS

09_BOA_RFP_W912DY-12-R-0052_25_Mar_2016.pdf (339.21 Kb) Description: ATTACHMENT 09 - BOA RFP

Amendment 1 Type: Mod/Amendment

Posted Date: April 24, 2017



W912DY-17-R-0004_Amendment_01_24_APR_2017_FINAL.pdf (275.81 Kb) Description: Amendment 01

W912DY-17-R-0004_Conformed_thru_Amendment_01_FINAL.pdf (506.72 Kb) Description: Conformed Solicitation through Amendment 01

06_Pricing_Worksheet_rev_24Apr2017.xls (159.50 Kb) Description: Attachment 06 - Pricing Worksheet Rev 24 April 2017

10_ProjNet_Answers_Final_21Apr17.pdf (194.99 Kb) Description: Attachment 10 - ProjNet Answers

Amendment 2 Type: Mod/Amendment

Posted Date: May 9, 2017



W912DY-17-R-0004_Amendment_02_RELEASED.pdf (191.25 Kb) Description: AMENDMENT 02

W912DY-17-R-0004_CONFORMED_thru_Amendment_02_RELEASED.pdf (517.64 Kb) Description: W912DY-17-R-0004 Solicitation CONFORMED Thru Amendment 02

Attachment_05_SB_Participation_Plan_rev05May2017.doc (47.50 Kb) Description: Attachment 05 - Small Business Participation Plan - Revised 05 May 2017

08_-_Wage_Determinations_Final_5_May_2017.pdf (25.50 Kb) Description: Attachment 08 - Wage Determinations - Revised (per Amendment 01)



Contracting Office Address: P. O. Box 1600
Huntsville, Alabama 35807-4301
United States


Primary Point of Contact.: Megan Carper, Contract Specialist

[email protected] Phone: 2568951843

Secondary Point of Contact: Paul C. Daugherty, Contracting Officer

[email protected] Phone: 2568951697