Search Contract Opportunities

Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services   3

ID: W912GB18R0039 • Type: Synopsis 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
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 17, 2018, 9:11 a.m. EST

W912GB18R0039: Recurring Maintenance and Minor Repair (RMMR) Services
Various Installations in Germany and Belgium

1. ANTICIPATED PROJECT TITLE: Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services

2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU)

3. NAICS: 238990, All Other Specialty Trade Contractors

4. CONTRACT SPECIALIST: Ryan Gregory, ryan.k.gregory@usace.army.mil

5. PLACE OF PERFORMANCE: Various installations in Germany and Belgium

6. SOLICITATION NUMBER: W912GB18R0039

1. Synopsis: This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers, Europe District's intent to award a hybrid Firm-Fixed-Priced (FFP) Cost Plus Fixed FEE (CPFF) contract to provide fuel systems recurring maintenance and minor services in support of the Defense Logistics Agency - Energy (DLA-E) requirements) at various installations in Germany and Belgium.

This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document Recurring Maintenance and Minor Repair Services for Defense Logistics Agency (DLA) capitalized facilities at U.S. Army and Air Force Installations locations throughout Germany and Belgium. Contractor shall provide Recurring Maintenance and Minor Repair Services through implementation of a Preventive Maintenance Plan which defines, schedules, and executes periodic quarterly, semi-annual, and annual facility inspections. The preventative maintenance program shall also include Emergency Repair, Minor Repair, Emergency Environmental Support, and Records Management. The Contractor shall perform an annual assessment of facilities.

2. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. In accordance with FAR 19, all socioeconomic program considerations do not apply due to the project location being OCONUS.

3. SELECTION PROCESS: This project will use a Best-Value Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. The project will be solicited under Full and Open competition and will be awarded as a hybrid FFP/CPFF contract. The contract will be awarded and paid in Euros ( ). Responses are desired from firms who can demonstrate recent and relevant experience and past performance in providing fuel systems maintenance and minor repair services in Germany and Belgium, but expression of interests will be accepted from all interested parties.

4. PERIOD OF PERFORMANCE: The anticipated period of performance will be an initial Base Period of 12 months from award with Four Option Periods of 12 months each.

5. SITE VISIT/PRE-PROPOSAL CONFERENCE: A site visit to the retail and bulk fuel facilities on Clay Kaserne in Wiesbaden, Germany has been tentatively scheduled for 21 September 2018 to begin at 10:00 Central European Summer Time (CEST). This site visit is intended to provide potential Offerors an opportunity to view a retail fuel and bulk fuel site similar to other locations that will be covered in the solicitation. A site map will be provided to interested parties by the point of contact (POC) identified below. There will be a maximum of two personnel per prime vendor that will be allowed to participate in the site visit. The information below shall be submitted to Mr. Matthew Thompson (Matthew.L.Thompson@usace.army.mil) no later than 17:00 CEST on 19 September 2018 for Offerors that plan to participate in the site visit.

If individuals already have installation access and do not require assistance gaining access to Clay Kaserne, please provide the following:

Last Name, First Name; Nationality; Company Name; Telephone Number; Email Address

For those that require Government assistance accessing the installation, please provide the following:

U.S. Citizens:
Last Name, First Name; Nationality; Date of Birth; Common Access Card (CAC) DoD ID Number (if applicable); Social Security Number; Copy of Passport; Company Name; Telephone Number; Email Address

German Citizens:
Last Name, First Name; Nationality; Date of Birth; CAC DoD ID Number (if applicable); Copy Government Issued Identification Card or Passport; Police Background Check; Company Name; Telephone Number; Email Address

Non U.S./Non German Citizens:
Last Name, First name; Nationality; Date of Birth; CAC DoD ID Number (if applicable); Copy of Passport; Official Police Background Check and Official English Translation (if applicable); Company Name; Telephone Number; Email Address

The requested information shall be submitted to Mr. Thompson within the time frame specified above. CAC holders that do not been added to the Installation Access Control Office (IACS) access roster for Clay Kaserne must either register their cards with the US Army Garrison Wiesbaden IACS located at the main entrance onto Clay Kaserne, or they must be added to an access roster and/or signed onto the installation by an authorized individual. USACE will submit an access roster or sign-in individuals as required. Non-CAC holders must obtain their temporary access badge at the visitor's entrance to Clay Kaserne, Wiesbaden, Germany.

6. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.

7. SYSTEM FOR AWARD MANAGEMENT: Please be advised that all offerors must be in compliance with the updated SAM policy regarding submission of a notarized letter dated April 26, 2018. For more information please reference https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update and the SAM attachments to this notice.

8. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 31 August 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.

NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government.

9. PROPOSAL DUE DATE: Proposals are due no later than 21 January 2019 at 1200 Central European Time.
10. Questions: For all inquiries please direct them to the contract specialist, Mr. Ryan Gregory, at e-mail: ryan.k.gregory@usace.army.mil, and the contracting officer, Ms. Robin Prince at email: robin.g.prince@usace.army.mil.

Posted: Dec. 7, 2018, 7:51 a.m. EST
Posted: Oct. 15, 2018, 9:20 a.m. EDT
Posted: Sept. 18, 2018, 3:53 a.m. EDT
Posted: Sept. 18, 2018, 2:22 a.m. EDT
Posted: Sept. 17, 2018, 4:29 p.m. EDT

Overview

Response Deadline
Jan. 21, 2019, 6:00 a.m. EST (original: Oct. 17, 2018, 1:00 p.m. EDT) Past Due
Posted
Sept. 17, 2018, 4:29 p.m. EDT (updated: Dec. 21, 2018, 9:33 a.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 9/17/18 United States Army Europe and Africa issued Synopsis Solicitation W912GB18R0039 for Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services due 1/21/19. The opportunity was issued full & open with NAICS 238990 and PSC J.
Primary Contact
Title
Contract Specialist
Name
Ryan Gregory   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W912GB18R0039

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912GB18R0039

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912GB18R0039

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912GB18R0039

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912GB18R0039

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912GB18R0039

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD FEST NAU1 EUROPE
FPDS Organization Code
2100-W912GB
Source Organization Code
100221542
Last Updated
March 19, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 19, 2019