SOURCES SOUGHT
M -- AIRCRAFT/GROUND FUEL SERVICES GOCO. PATRICK AFB,FL
- Notice Date
- 10/16/2025 11:51:33 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-26-R-5X02
- Response Due
- 10/31/2025 9:00:00 AM
- Archive Date
- 11/15/2025
- Point of Contact
- Mairah Ahmed, Phone: 571-651-7775, Gordon Braxton, Phone: 5714319618
- E-Mail Address
-
Mairah.Ahmed@dla.mil, gordon.braxton@dla.mil
(Mairah.Ahmed@dla.mil, gordon.braxton@dla.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- This is a Sources Sought Notice only. No solicitation is being issued currently. Sources Sought SPE603-26-R-5X02 Patrick AFB, FL, is being issued to notify interested parties of this 8(a) requirement. It seeks information from small business sources that can provide fuels operations and management services at Government-Owned Contractor-Operated (GOCO) fuel facilities at Patrick AFB, FL. This notice is issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. This is not a Request for Proposal (RFP). A promise by the Government to pay for information received in response to this notice or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract. This solicitation will be posted between November 2025 - December 2025 and will close about 45 days thereafter. The solicitation will be published electronically on the contract opportunities website at SAM.gov. Interested parties responding to the solicitation will be required to register in the System for Award management System (SAM). The Defense Logistics Agency (DLA) Energy), CONUS Storage and Services Division, Bulk Petroleum Branch-FESAA seeks to identify potential qualified Small Business Administration (SBA) Certified 8(a) Program Participant sources to perform, operate, and maintain Government-owned, Contractor-operated (GOCO) fuel facilities at Patrick AFB, FL. The Contractor will perform required maintenance to ensure facilities, associated systems, vehicles, and equipment remain operational to meet the base mission. The Contractor, will provide sufficient general-purpose vehicles with appropriate capability to meet the contract requirements but not limited to towing bowsers, transporting personnel, and performing expeditor duties as needed. The contractor will provide sufficient special purpose vehicle, with appropriate capability to meet the contract requirements for aviation and ground product services. Interested firms should be able to provide all personnel, equipment, vehicles, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products, as well as maintain the associated fuel facilities. The Government plans to award a firm fixed price contract, for (Patrick AFB, FL) a four-year base period of performance, a five-year option period and six one-month extensions. The expected period of performance would be November 1, 2026, through October 31, 2030 (four-year based period), November 1, 2030, through October 31, 2035 (five-year option period) and an option for no more than six months from November 1, 2035 - April 30, 2036. Contracts awarded are subject to FAR 52.222-41, Service Contract Labor Standards to include Collective Bargaining Agreements. The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $36.5 million dollars. The proposed solicitation is being considered as a Certified 8(a) requirement under a small business set-aside program and will utilize full and open competition after exclusion of sources in accordance with FAR 6.2. Interested parties should submit information to the following areas in their capability statements (Responses are limited to 10 pages). Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 12:00 pm local Fort Belvoir, VA, time on October 31, 2025. Responses will be accepted via electronic means only. Email submissions to: Mairah.Ahmed@dla.mil. 1. A company profile to include number of employees, annual revenue history (last 3 years), office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in SAM is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contracts for similar fuels management requirements? If so, please provide the following: Contract Number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to GOCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Please address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain in detail any experience your company has had interacting with labor unions. 6. Does your company have financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year contract at one or more locations, in the event there are delays with the payment process? Does your company have the financial capability to provide special purpose vehicles to meet the contract requirements for aviation and ground product services? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/99b9b71aaa364335b767af88d8fb32fa/view)
- Place of Performance
- Address: Patrick AFB, FL, USA
- Country: USA
- Country: USA
- Record
- SN07621250-F 20251018/251016230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |