Search Contract Opportunities

Automated Fuel Handling Equipment   4

ID: N65236-11-R-0016 • Type: Presolicitation
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

13 April 2011This future opportunity notice is to advise industry that as a result of the market survey issued on 17 March 2011, SPAWARSYSCEN Atlantic (SSC-LANT) intends to issue an unrestricted Request for Proposal (RFP) for Automated Fuel Handling Equipment support services. Anticipated work will provide a full range of services to support Automated Fuel Handling Equipment systems. Other taskings under this contract may include design, procurement, development, and installation of additional fuel facility related systems and equipment including but not limited to: Automated Tank Gauging (ATG) systems Automated Fuel Service Station (AFSS) systems Automated Point of Sale Device (APOSD) systems Independent Alarm System (IAS) Truck Overfill Protection Equipment (OPE) Automated Information Systems (AIS) Facility Security Equipment and Systems The applicable North American Industry Classification System (NAICS) cose is 541330 with a size standard of $27M. The Government estimate for this effort has been updated to $214M. A competitive multiple award cost-plus fixed fee, indefinite delivery, indefinite quantity type contract with a one (1) year base period and four (4) one-year option periods is anticipated. This is NOT a solicitation announcement. The projected date for Request for Proposals (RFP) release is on or before 30 Sep 2011. The RFP, and associated documents, will be available on the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage: https://e- commerce.sscno.nmci.navy.mil/command/02/acq/navhome.nsf/homepage? readform This is a market survey/sources sought synopsis for Automated Fuel Handling Equipment. REFERENCE NUMBER: N65236-11-R- 0016 Space and Naval Warfare Systems Center Atlantic (SSC-LANT) is seeking to identify qualified U.S. Small Business Administration (SBA) certified 8(a), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), Women-Owned Small Business (WSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Small Business (SB) firms with current and relevant experience within the requirements below. Anticipated work shall provide a full range of services to support Automated Fuel Handling Equipment systems. Other tasking under this contract may include design, procurement, development, and installation of additional fuel facility related systems and equipment including but not limited to: Automated Tank Gauging (ATG) systems Automated Fuel Service Station (AFSS) systems Automated Point of Sale Device (APOSD) systems Independent Alarm System (IAS) Truck Overfill Protection Equipment (OPE) Automated Information Systems (AIS) Facility Security Equipment and Systems These additional tasks are expected to be of lesser significance than that of the Automated Fuel Handling Equipment system tasking. The goals of this program are to standardize Automated Fuel Handling systems and equipment at DoD fuel facilities worldwide, improve inventory accountability, improve monitoring and control, and prevent fuel spills. Services shall support requirements within the draft Performance Work Statement (PWS). Work shall be performed either singly or in combination as required within individual task orders. Interested sources are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of 10 pages on data submitted. Responses shall be submitted by e-mail to erica.smoak@navy.mil, Contracts Specialist Code 2242ES. Capability Responses must include all of the following information: (1) name and address of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including whether: Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business (Note: Large Businesses need not reply). (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements fill-in Column B and C in Table A; cumulative total of work performed should not exceed 100%. Note: Percentages of work provided will reflect your company's ability only. This is an analysis of a single SB company exclude any teaming or subcontractor information; (9) a list of customers for relevant and current work that meet the following conditions/terms: Relevant work is described as work similar in scope to the posted draft PWS and within the dollar value of $20M. Current work is defined as work performed no longer than 5 years past the sources sought posting date. Information per customer shall include the following: (i) contract numbers, (ii) contract type, (iii) period of performance, (iv) dollar value for each contract referenced, (v) how the work demonstrates capability to perform percentages stated in number eight above, (vi) customer point of contact with valid phone number (this information is required to verify offeror's performance; the government may contact any reference for further validation), and (vii) a summary of relevant work performed. Note: Work deemed not similar to the draft PWS will not be considered; (10) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR); Note: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27(c) and (d) for Serviced Disable Veteran Owned Small Businesses, and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 "Limitations on Subcontracting" should provide the information requested in items 1 through 10 above, on each of the teaming partners. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will [not] be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (i.e., 8(a), HUBZone, SDB, SDVO, etc.). The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $27M. The Government estimate for this effort is $221M. Contractor must submit their response via email by 1400 hours, 28 March 2011. We anticipate this being a cost-plus-fixed- fee, indefinite delivery, indefinite quantity type contract for a period of performance not to exceed 5 years. In addition, multiple awards, depending on responses to the RFP, may be made. This is a follow-on contract for Automated Fuel Handling Equipment, Contract Numbers N65236-07-D-7882 through N65236-07-D-7884, and the incumbent contractors are BAE Systems Technology Solutions & Services, Englobal Technical Services, Inc. and Honeywell Technology Solutions. Please reference No. 11-R-0016 when responding to this posting. Responses received after the deadline or without the required information may not be considered. Within a reasonable time for evaluation of responses SSC-Atlantic will post the procurement decision on e- commerce and FEDBIZOPS. A copy of the Draft SOW/PWS is posted at the SPAWARSYSCEN Atlantic E- Commerce Business Opportunity webpage: https://e- commerce.sscno.nmci.navy.mil/comma nd/02/acq/navhome.nsf/homepage? readform

Overview

Response Deadline
Oct. 30, 2011, 1:00 a.m. EDT Past Due
Posted
April 13, 2011, 7:46 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Average
Odds of Award
63%
Vehicle Type
Indefinite Delivery Contract
On 4/13/11 Naval Information Warfare Systems Command issued Presolicitation N65236-11-R-0016 for Automated Fuel Handling Equipment due 10/30/11. The opportunity was issued full & open with NAICS 541330 and PSC J.
Primary Contact
Name
Point of Contact - Erica Smoak, Contract Specialist, 843-218-4797; Steve Harnig, Contracting Officer, 843-218-4560 Contract Specialist
Email
Phone
None

Secondary Contact

Name
None
Phone
None

Documents

Posted documents for Presolicitation N65236-11-R-0016

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N65236-11-R-0016

Award Notifications

Agency published notification of awards for Presolicitation N65236-11-R-0016

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N65236-11-R-0016

Contract Awards

Prime contracts awarded through Presolicitation N65236-11-R-0016

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N65236-11-R-0016

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N65236-11-R-0016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SPAWAR > SPAWAR LANT > NIWC ATLANTIC
FPDS Organization Code
1700-N65236
Source Organization Code
100076484
Last Updated
Nov. 29, 2011
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 29, 2011