Inactive
Notice ID:SPE60321R0504
The Defense Logistics Agency (DLA) - Energy - FESBB is issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) fuel storage services in the Port of Darwin, Au...
The Defense Logistics Agency (DLA) - Energy - FESBB is issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) fuel storage services in the Port of Darwin, Australia area on a 24 hour, 7 days per week basis. The requirement is for fuel storage and management services to include receiving, storing, protecting, and shipping two grades of U.S. Government-owned product: Turbine Fuel Aviation, Grade JP-5 and Commercial Jet Fuel, Grade Jet A-1. Solicitation SPE603-21-R-0504 will be issued using best commercial practices and guidelines to meet the requirements of the Performance Work Statement (PWS).This requirement is to procure Contractor-Owned Contractor-Operated (COCO) fuel storage services with the capability to receive by tanker/barge, store, protect,and ship by marine tanker/barge or U.S. Navy Vessels two grades of U.S.government owned product Turbine Fuel Aviation, Grade JP-5 and Commercial Jet Fuel, Grade Jet A-1 in the Port of Darwin, Australia. The requirement also requires shipping capability by 3rd party tank truck for JP-8. The contractor will be responsible for the management, operation, maintenance, product quality surveillance, inventory control, accounting, security, safety, and environmental protection of the COCO facility Storage requirements include adequate fill capacity for two grades of aviation turbine fuel: 1,200,000 barrels Turbine Fuel Aviation, Grade JP5 and 700,000 barrels Commercial Jet Fuel, Grade Jet A-1 (fill capacity) of storage is required. A minimum of two tanks, per product interconnected and isolated from other facilities and product handled within the tank farm is required to provide the capability of re-circulating/filtering of products between tanks within the tank farm, is required. Dedicated facilities are preferred; however, a common or segregated system will be considered in accordance with contract text L116.01 Data Requirements Storage (DLA ENERGY JAN 2013). All storage must be available at a single port within 24 months after award. All storage must be available upon award at a single facility. This procurement will be unrestricted under NAICS code 493190 (OtherWarehouse and Storage). The Government anticipates awarding a firm fixed-price contract. The resultant contract will include a four-year base period of performance anticipated from October 1, 2021 through September 30, 2025, with a five-year option (anticipated from October 1, 2025 through September 30, 2030)in accordance with (IAW) FAR 52.217-9. Additionally, an option, not to exceed six months (October 1, 2030 through March 31, 2031) IAW FAR 52.217-8, will be included. This procurement will be solicited under full and open competition. The Request for Proposal (RFP) will close about 60 days after posting. Interested companies responding to the solicitation will be required to register in the System for Award Management(SAM) and Procurement Integrated Enterprise Environment (PIEE).