Search Contract Opportunities

Automated Tank Gauging (ATG), Independent Alarm System (IAS), Overfill Protection Equipment (OPE) Maintenance Outside the Continental United States (OCONUS)   4

ID: SP4702-21-R-0001 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 2, 2021, 12:19 p.m. EDT

Amendment 0005 to solicitation SP4702-21-R-0001 is attached below.

________________________________________________________________________________________________________

Amendment 0004 to solicitation SP4702-21-R-0001 is attached below.

________________________________________________________________________________________________________

Amendment 0003 to solicitation SP4702-21-R-0001 is attached below.

________________________________________________________________________________________________________

Amendment 0002 to solicitation SP4702-21-R-0001 is attached below.

________________________________________________________________________________________________________

Due to a current system limitation Amendment 0001 to Solicitation SP4702-21-R-0001 cannot be attached to this posting. If you would like a copy of the amendment please e-mail the contacts listed below.

____________________________________________________________________________________

The attached Request for Proposal (RFP), SP4702-21-R-0001 and its associated attachments, is for the Automated Tank Gauging (ATG) / Independent Alarm System (IAS) / Overfill Protection Equipment (OPE) Maintenance Outside the Continental United States (OCONUS) requirement that was previously synopsized on this site on 27 October 2020 through 11 November 2020.

This acquisition is for services supporting the maintenance and sustainment of the installed ATG/IAS/OPE equipment located at multiple places of performance throughout areas OCONUS. This will include providing all personnel, equipment, materials, maintenance program management, and services to perform the maintenance for the ATG/IAS/OPE systems and implementing equipment installation at these sites as described in the Performance Work Statement (PWS). The Government anticipates award of a five (5) year Firm-Fixed Price IDIQ contract that will consist of Transition In, Maintenance Program Management, Preventive Maintenance, Corrective Maintenance, Site Support Projects, and Transition Out contract line items as a result of this solicitation.

All Offerors will need to provide the Contracting Officer, Ms. Julie Miller, and the Contract Specialist, Mr. Trevor Webb, with an email stating they are an interested party and would like additional information regarding this requirement, to julie.miller@dla.mil and trevor.webb@dla.mil. In the email the following information is required: full company name, Cage Code, and Government contracts POC. Each Offeror will be verified through the System of Award Management (SAM) as an active contractor eligible to receive Government contracts along with verification the company is not on the Excluded Parties Listing. After both items are verified and the company is determined to be in good standing, the PWS, the PWS attachments, the Contract Data Requirements Listings (CDRLs), the Past Performance Questionnaire, and the ATG OCONUS Pricing Matrix will be provided.

A virtual pre-proposal conference is planned for all interested, viable Offerors that plan to submit a proposal in response to this RFP, on 11 January 2021 at 1400 (EST). All Offerors that would like to attend must first be vetted by the Contracting Officer, Ms. Julie Miller, by 1600 (EST) on 08 January 2021. If you are interested in attending this meeting please provide the contact information of the individuals you would like to attend (maximum 3), along with your full company name, Cage Code, and Government contracts POC to Ms. Julie Miller and Mr. Trevor Webb via email at Julie.miller@dla.mil and trevor.webb@dla.mil, no later than 1200 (EST) on 08 January 2021.

Disclaimer:

DLA will not be responsible for or pay any costs incurred in response to this posting.

Posted: June 15, 2021, 9:21 a.m. EDT
Posted: May 13, 2021, 3:47 p.m. EDT
Posted: Feb. 17, 2021, 10:44 a.m. EST
Posted: Jan. 29, 2021, 12:19 p.m. EST
Posted: Jan. 6, 2021, 10:19 a.m. EST
Background
The attached Request for Proposal (RFP), SP4702-21-R-0001 and its associated attachments, is for the Automated Tank Gauging (ATG) / Independent Alarm System (IAS) / Overfill Protection Equipment (OPE) Maintenance Outside the Continental United States (OCONUS) requirement. This acquisition is for services supporting the maintenance and sustainment of the installed ATG/IAS/OPE equipment located at multiple places of performance throughout areas OCONUS. The Government anticipates award of a five (5) year Firm-Fixed Price IDIQ contract that will consist of Transition In, Maintenance Program Management, Preventive Maintenance, Corrective Maintenance, Site Support Projects, and Transition Out contract line items as a result of this solicitation.

Work Details
The services to be completed under the contract include providing all personnel, equipment, materials, maintenance program management, and services to perform the maintenance for the ATG/IAS/OPE systems and implementing equipment installation at these sites as described in the Performance Work Statement (PWS).

The contract will be awarded to the responsible firm whose proposal is determined to be the best value based on technical factors, past performance, and price considered. The best value determination will be based on the merits of the offer and the Offeror’s capability. Proposals will be rated based on evaluation factors such as technical capability and price. The award will be made on the basis of trade-off source selection process.

Period of Performance
The Government anticipates award of a five (5) year Firm-Fixed Price IDIQ contract.

Place of Performance
The maintenance and sustainment services will be performed at multiple places of performance throughout areas OCONUS.

Overview

Response Deadline
March 9, 2021, 1:00 p.m. EST (original: Feb. 23, 2021, 3:00 p.m. EST) Past Due
Posted
Jan. 6, 2021, 10:19 a.m. EST (updated: July 2, 2021, 12:19 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 1/6/21 DCSO Columbus issued Solicitation SP4702-21-R-0001 for Automated Tank Gauging (ATG), Independent Alarm System (IAS), Overfill Protection Equipment (OPE) Maintenance Outside the Continental United States (OCONUS) due 3/9/21. The opportunity was issued full & open with NAICS 541330 and PSC R425.
Primary Contact
Name
Julie Miller   Profile
Phone
None

Secondary Contact

Name
Trevor Webb   Profile
Phone
None

Documents

Posted documents for Solicitation SP4702-21-R-0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation SP4702-21-R-0001

Award Notifications

Agency published notification of awards for Solicitation SP4702-21-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SP4702-21-R-0001

Contract Awards

Prime contracts awarded through Solicitation SP4702-21-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SP4702-21-R-0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation SP4702-21-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DCSO > DCSO COLUMBUS > DCSO COLUMBUS
FPDS Organization Code
97AS-SP4702
Source Organization Code
500035093
Last Updated
Jan. 10, 2022
Last Updated By
trevor.webb@dla.mil
Archive Date
Jan. 10, 2022