Search Contract Opportunities

W912GB18R0031 Recurring Maintenance and Minor Repair (RMMR) Services in Spain   3

ID: W912GB18R0031 • Type: Synopsis Solicitation • Match:  85%
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

W912GB18R0031: Recurring Maintenance and Minor Repair (RMMR) Services
Naval Station Rota and Moron Air Base in Spain

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: Naval Station (NAVSTA) Rota and Air Base (AB) Moron in Spain

6. SOLICITATION NUMBER: W912GB18R0031

1. Synopsis: The U.S. Army Corps of Engineers, Europe District's intent is to award one 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 NAVSTA Rota and Moron Air Base in Spain.

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 NAVSTA Rota and AB Moron, Spain. 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 Spain, 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 has been tentatively scheduled for 25 June 2018 at NAVSTA Rota. No more than two representatives per firm will be allowed to participate. Spanish local nationals will return the completed Base Pass Request form. All other nationalities will return the completed Country Clearance Requirements form. All required paperwork shall be submitted no later than 01 June 2018. Please submit all documents and questions regarding base access to Ms. Angela-Rene Tugaoen at Angela-Rene.Tugaoen@usace.army.mil

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 about11 June 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. 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.

Overview

Response Deadline
July 16, 2018, 5:00 p.m. EDT Past Due
Posted
June 14, 2018, 1:58 a.m. EDT (updated: July 10, 2018, 10:05 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 6/14/18 United States Army Europe and Africa issued Synopsis Solicitation W912GB18R0031 for W912GB18R0031 Recurring Maintenance and Minor Repair (RMMR) Services in Spain due 7/16/18. The opportunity was issued full & open with NAICS 238990 and PSC J.
Primary Contact
Name
Ryan Gregory   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W912GB18R0031

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912GB18R0031

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912GB18R0031

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912GB18R0031

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912GB18R0031

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912GB18R0031

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
Sept. 21, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 21, 2018