Inactive
Notice ID:140P8623Q0024
Sources Sought The National Park Service is conducting this Sources Sought to identify contractors that are eligible to be preform these types of services. Contractors must possess the capabilities to...
Sources Sought The National Park Service is conducting this Sources Sought to identify contractors that are eligible to be preform these types of services. Contractors must possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement it must have a NAICS of 324110. Description of the Work Golden Gate National Recreation Area¿s Alcatraz Island (hereinafter called ¿ALCA¿) maintains one 2,500-gallon above ground storage tanks (AST) and one 400-gallon day storage tank to provide fuel for the Island's diesel generators, heavy equipment, and vehicle fleet. Technically, the AST can hold 3,000 gallons, the Day Tank has an emergency leak system that can empty its 400 gallons back into the AST at any time if needed. This AST is to be stocked with Diesel Fuel. Average diesel fuel use per year may be more than 30,000 gallons. The National Park Service requires the delivery of diesel and ultra-low sulfur gasoline (ULSG) to power generators, vehicles, and other small pieces of equipment on Alcatraz Island. The average diesel use per year for small equipment is 240 gallons and average gasoline fuel use per year is 150 gallons. The diesel and ULSG for small equipment is to be delivered to the island in Type I or Type II 5-gallon diesel and gasoline containers. This fuel request is part of the overall maximum 15,400 gallons of diesel and 50 gallons of gasoline and is not intended to exceed the overall delivery requirement. It is highly recommended that prospective contractors complete a site visit during the solicitation period, to familiarize themselves with the layout and connection points on the island and verify the equipment they will need to safely deliver and pump fuel to the island and storage tank respectively. To make arrangements for a site visit, please contact Hirameliz Lopez-Diaz, Facility Manager at (415) 622-5454 or email hirameliz_lopez-diaz@nps.gov 1.0 GENERAL SCOPE 1.1 The contractor with the successful offer (hereinafter called ¿Contractor¿) will provide diesel fuel and gasoline upon request by the ALCA Contracting Office identified in Section 9.0 below. 1.2 This requirement is for Off-Road Diesel or Renewable Diesel (RD99) fuel and gasoline to be used in the operation of generators, vehicles, and other equipment. ALCA will only order the amount of fuel needed to satisfy operating requirements. Per this contract, the overall required fuel delivery may be less than 15,400 gallons of diesel and 50 gallons of ULSG. However, the delivery shall not exceed these quantities. 1.3 Contractor must be available to ¿top off¿ ALCA AST tank upon request. 1.4 Diesel fuel deliveries to the island typically occur on approximately a biweekly basis. 2 1.5 Contractor must make delivery to the specified location(s) within seven (7) calendar days from notification. 1.6 Fuel deliveries will be placed with minimum order guarantees. However, the Ordering Official may order more than the minimum quantities. Minimum guarantees are 200 gallons of diesel fuel per order, with a maximum of 2,500 gallons per order, and 25 gallons of gasoline fuel per order, with a maximum of 100 gallons. The project will be implemented using the North American Industry Classification System (NAICS) Code 324110 ¿ Petroleum Refineries. The applicable classification code is 9140 - FUEL OILS INCLUDES DIESEL; KEROSENE; ETC. This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Quote (RFQ), that may be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as an RFQ or as any commitment or obligation on the part of the Government to issue a request for quote. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via email are due on March 10, 2023 3:00 PM PT to the Contract Specialist, Liset Gomez at liset_gomez@nps.gov must include the information requested below. Responses greater than 5 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm¿s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Points of contact (names, titles, phone numbers and email addresses); 3. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.