Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services
W912GB19R0011: Recurring Maintenance and Minor Repair Services Lajes Field, Portugal 1. ANTICIPATED PROJECT TITLE: Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services 2. AGENCY: U.S. A... W912GB19R0011: Recurring Maintenance and Minor Repair Services Lajes Field, Portugal 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: Lajes Field, Portugal 6. SOLICITATION NUMBER: W912GB19R0011 7. 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 minor services in support of the Defense Logistics Agency - Energy (DLA-E) requirements at Lajes Field in Portugal. This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document Minor Repair Services for Defense Logistics Agency (DLA) capitalized facilities at Lajes Field. Contractor shall provide Minor Repair Services by way of the submission of service orders as unscheduled repairs arise. The Contractor shall perform an annual assessment of facilities. 8. 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. 9. 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 minor repair services in Portugal, but expression of interests will be accepted from all interested parties. 10. 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. 11. SITE VISIT/PRE-PROPOSAL CONFERENCE: At this time, a site visit is not planning to be held for this solicitation. 12. 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. 13. 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 included with this notice. 14. PROPOSAL DUE DATE: Proposals are due no later than 04 February 2019 at 1200 Central European Time. 15. 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. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »