Government Owned Contractor Operated Services in Kirtland, NM
ID: SPE60324R0508Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

NAICS

Other Warehousing and Storage (493190)

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking proposals for Government-owned Contractor-operated (GOCO) Aircraft and Ground Fuel Services at Kirtland Air Force Base (AFB) in New Mexico. The procurement involves comprehensive management, operation, maintenance, and quality control of fuel services, including the handling, storage, and distribution of petroleum products, with a focus on safety and environmental compliance. These services are critical for ensuring operational readiness and support for military missions, reflecting the importance of efficient fuel management in defense logistics. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by August 26, 2024, with the contract performance period set from December 1, 2024, to November 30, 2028, and an option for extension until November 30, 2033. For further inquiries, potential bidders can contact Dominique Vest at Dominique.1.Vest@dla.mil or Sonja Rocks at Sonja.Rocks@DLA.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for aircraft and ground fuel services and fuel storage management at Kirtland Air Force Base, NM, under Solicitation SPE603-24-R-0508. The contract will be executed by the Defense Logistics Agency (DLA) Energy and includes responsibilities for fuel operations, quality control, compliance with safety and environmental regulations, inventory management, maintenance, training, and security measures. The contractor is tasked with hiring qualified personnel to ensure safety and operational continuity, conducting proper dispatching, product receipt, storage, and issue processes while maintaining compliance with applicable regulations. Essential deliverables include detailed plans for compliance monitoring, maintenance, safety, environmental protection, and training. The contractor must establish systems for quality surveillance of fuel products and adherence to regulatory requirements across all operational aspects. Critical oversight will be provided by a Contracting Officer Representative (COR) to facilitate performance monitoring. Emphasis is placed on maintaining appropriate staffing levels and supporting mission needs at all times, with provisions for turnover inspections to ensure seamless transitions upon contract changes. The document serves as a comprehensive framework to enable efficient fuel service operations in support of military missions, reflecting the importance of meticulous planning and operational integrity in federal contracts.
    The Performance Work Statement (PWS) outlines the scope and requirements for contractor-provided Aircraft/Ground Fuel Services at Kirtland AFB, NM, under Solicitation SPE603-24-R-0508. The contractor is responsible for all aspects of fuel management, including product receipt, storage, dispensing, inventory management, maintenance, training, safety, security, and environmental protection. Key performance requirements emphasize quality control, timely operations, and compliance with federal and state regulations. The contractor must ensure skilled staffing and maintain operational readiness during regular and emergency conditions. The document details the responsibilities during contract start-up and turnover, the necessity for adherence to applicable directives, and the requirement for a comprehensive maintenance and safety plan. Contractors must deliver a set of detailed management plans within 60 days post-award, covering compliance, staffing, product quality, safety, security, environmental protection, training, and contingency operations. This procurement illustrates the government's approach to ensuring efficient, safe, and compliant fuel services on military bases, highlighting the necessity for robust operational oversight and effective logistical support within the federal contracting landscape.
    The document outlines the requirements for Contractor services at Kirtland Air Force Base (AFB), New Mexico, specifically Alongside Aircraft Refueling Contractor (AARC) fuel services, maintenance, management, and ground refueling/defueling. The contract spans from December 1, 2024, to November 30, 2028, with the option to extend until November 30, 2033. The contractor is expected to deliver petroleum storage services during this period, with firm-fixed prices required for the specified contract line items. Monthly pricing must be submitted for both the base period and the optional period. This RFP reflects the federal government's sustained investment in essential fuel management services to support military operations at Kirtland AFB, ensuring readiness and operational capability over a defined timeframe. The structured approach outlines performance expectations and pricing, essential for both contractor bidding and federal oversight.
    The document outlines a Request for Proposal (RFP) for AF Fuels Management Services at Kirtland AFB, NM, running from January 1, 2025, to December 31, 2028, with an option for a subsequent five-year period until December 31, 2033. It details bulk storage services, operational refueling, and maintenance support. Proposals must follow a specified format and be submitted via email with specific verification protocols. Key proposal requirements include a cover letter, exceptions to terms, and a detailed technical and management proposal limited to 80 pages, along with a past performance reference list. All prices must conform to current wage standards. The evaluation process entails assessing the total price over the base and option periods, including a potential six-month extension. Additionally, there is a HUBZone Price Evaluation Preference for small business offers. The document emphasizes the importance of clear proposal submissions and outlines the competitive range for evaluation. This RFP represents a structured procurement effort by the federal government to ensure efficient and compliant fuel management services, emphasizing accountability and performance standards to support military operations at Kirtland AFB.
    The document addresses various queries related to a federal contract for fuel operations, focusing on operational terms, responsibility clarifications, and applicable taxes. Notable questions include the average daily fuel movement, which is approximately 10.5K gallons, and adjustments regarding New Mexico's gross receipts tax—indicating that contract prices include all taxes as per FAR regulations, and no modifications will be made for tax rate increases. Contractors are responsible for laboratory equipment replacement without additional funding and for shipping sample costs if Transportation Management Office (TMO) is unused. Additionally, the contractor must pay for fuel for both government and contractor-furnished vehicles, with historical consumption figures provided. The document outlines distances critical for operational logistics between various facilities, reinforcing the contractor's obligations under the Performance Work Statement (PWS) while addressing potential challenges with equipment and operational methods during downtime. Overall, this file serves as a clarification tool to ensure compliance and operational efficiency within the fuel management contract framework.
    The document is a Q&A session related to the solicitation SPE603-24-R-0508 for refueling and defueling services at Kirtland Air Force Base, operated under a DLA Energy contract. It addresses various operational aspects of the contract, including fuel types, movement averages, staffing, and contractor responsibilities. Key points include the requirement for contractors to propose specifications for refueling vehicles, responsibility for cryotainer maintenance, and financial details regarding refueling costs over multiple fiscal years. The document emphasizes that several specifications will be determined by the contractors in their proposals as it operates under a performance-based contracting model. It details that specific vehicles and equipment will be the responsibility of the contractor from 24 months post-contract inception. The Q&A also clarifies points regarding facility access, service logistics, and various compliance requirements for environmental handling and safety training. This comprehensive querying underscores the government's intent to foster clear communication and ensure that contractors understand the operational expectations and requirements for the contract execution.
    The Performance Work Statement (PWS) outlines the requirements for aircraft and ground fuel services at Kirtland Air Force Base, NM, under solicitation SPE603-24-R-0508. It defines the contractor's responsibilities for operational management, maintenance, safety, environmental protection, and compliance with various regulations. The contractor must ensure personnel are trained and maintain fuel integrity while handling receipt, storage, and issuance under strict quality control measures. Specific sections detail operational scopes, staffing requirements, maintenance plans, safety protocols, security measures, and environmental compliance strategies. The document emphasizes the need for effective inventory management and training programs for both contractor and government personnel, as well as detailed deliverables for monitoring performance. Additionally, the contractor is responsible for transitioning operations smoothly during contract turnover. Overall, the PWS serves as a comprehensive guideline for the effective execution of fuel services while adhering to federal and military standards, reflecting the critical nature of these operations in supporting military readiness.
    The Performance Work Statement (PWS) outlines the operational and management requirements for aircraft and ground fuel services, as well as fuel storage and distribution, at Kirtland Air Force Base, New Mexico. It specifies the responsibilities of the contractor, including the safe handling, quality control, accountability, and maintenance of petroleum products, while adhering to applicable federal regulations. Key sections detail staffing requirements, operational procedures, maintenance protocols, safety measures, and environmental protections. Contractors must ensure qualified personnel are trained, oversee dispatching, product receipt and storage, inventory management, and compliance with safety and security directives. Specific performance metrics include adherence to quality surveillance and laboratory standards, maintenance planning, and spill response strategies. The document emphasizes the contractor’s accountability for operational readiness, including vehicle maintenance and safety training, along with environmental compliance related to fuel management. The structured requirements serve to enhance operational efficiency and safety, reflecting the government's commitment to quality service provision in military fuel operations while ensuring proper environmental stewardship and regulatory compliance.
    The document is a Past Performance Questionnaire (PPQ) for contractors involved in a federal contract procurement at Kirtland AFB, NM (SPE603-24-R-0508). It serves to evaluate contractor performance across various areas: Quality of Service, Schedule, Cost Control, Management of Key Personnel, Small Business compliance, Regulatory Compliance, and Business Relationships. Each section requires a rating based on specified criteria, along with narrative comments to substantiate the ratings. The purpose is to gather comprehensive performance feedback that can influence future contracting decisions. Respondents are encouraged to provide detailed descriptions of contractor activities and outcomes, facilitating the assessment of their adherence to contract specifications, effectiveness at managing costs, compliance with regulations, and overall communication and management practices. This evaluation process is paramount for establishing contractor credibility in government RFPs and maintaining standards for federal and local contracts.
    The Kirtland AFB Past Performance Questionnaire (PPQ) aims to evaluate contractors' performance on federal contracts, specifically under RFP SPE603-24-R-0508. The document outlines general information required from contractors, including names, contract details, awarded price, and complexity of work. The assessment includes questions on service quality, schedule adherence, cost control, key personnel management, small business compliance, regulatory adherence, and business relationships. Each section requires ratings (Exceptional to Unsatisfactory) backed by descriptive narratives. The PPQ is intended to be completed by knowledgeable individuals to ensure accurate evaluations, with a caution about safeguarding sensitive information. The criteria for evaluation reflect contractor performance and compliance, aiding the Department of Defense in making informed decisions regarding past performance during contract evaluations. By emphasizing thorough documentation and rating mechanics, the PPQ facilitates a structured review of contractor capabilities and ensures accountability in government procurement processes.
    The Past Performance Information Consent Form (SPE603-24-R-0508) details the requirements for joint venture partners, subcontractors, and teaming partners to authorize the release of their performance information to prime contractors during the Defense Logistics Agency (DLA) Energy solicitation process. Essential for enhancing transparency and evaluation during source selection, this consent is necessary to ensure compliance, as the government cannot disclose performance information without such consent. The form includes a sample consent letter acknowledging participation in a joint venture and supports the DLA's emphasis on past performance as a critical factor in achieving best value. By signing, the partners enable the government to discuss their past performance with prime contractors, thereby facilitating informed decision-making in contractual selections.
    The document outlines contact references related to a federal solicitation, specifically referencing contract SPE603-24-R-0508 associated with Kirtland Air Force Base (AFB) in New Mexico. It lists key contact details, including names, phone numbers, and email addresses for representatives from the Public Procurement Questions (PPQ), Defense Logistics Agency (DLA Energy), and industry contacts. Each entry provides essential information about the corresponding contract number, period and place of performance, and contract value. This reference documentation is important for facilitating communication and ensuring all parties involved are informed about the procurement process and requirements. Overall, the file serves as a resource for stakeholders to access necessary information linked to the federal solicitation.
    The document details the Collective Bargaining Agreement between TK&K Services, LLC and the Communications Workers of America, AFL-CIO, CLC, effective from December 1, 2021, to November 30, 2024. It outlines terms related to recognition of the union, rights of management, union-company relations, grievance procedures, and employee benefits including wages, working hours, and safety protocols at the Kirtland AFB facility. The agreement recognizes the Union as the exclusive bargaining agent for specified employees and emphasizes management's rights while ensuring non-discrimination in practices. It establishes a grievance and arbitration procedure for conflicts, ensuring employees are treated fairly with options for union representation. The document also elaborates on leave policies, safety requirements, seniority, and health standards, crucial for compliance with federal regulations. The agreement reflects both parties' commitment to maintaining workplace harmony while outlining specific roles, rights, and responsibilities, ensuring operational efficiency and compliance with federal standards under the relevant contracts.
    The document outlines Wage Determination No. CBA-2023-748 issued by the U.S. Department of Labor under the Service Contract Act for the state of New Mexico, specifically in Bernalillo County. It pertains to the Defense Logistics Agency contract for providing Fuel Management Services at Kirtland Air Force Base. The document establishes that employees under TK&K Services, LLC, represented by the Communications Workers of America, must receive wages and benefits as stipulated in their collective bargaining agreement, effective from December 1, 2024, through November 30, 2025. The agreement encompasses various employee rights, management responsibilities, and working conditions, including workweek structure, overtime policies, grievance procedures, safety measures, and provisions for union activities. It emphasizes the importance of adhering to federal labor laws and ensures that pay structures are aligned with the collective bargaining terms. The document ultimately serves to clarify employment conditions and ensure compliance with federal contracting standards within the specific context of government service contracts and labor relations.
    The document outlines the Request for Proposals (RFP) SPE603-24-R-0508, emphasizing its purpose to solicit bids for a federal contract. The content details the necessary qualifications for bidders, which include providing comprehensive technical, management, and financial capabilities. Key elements involve a focus on compliance with federal regulations, ensuring quality and reliability of services. Furthermore, the document stresses the importance of innovative solutions and competitive pricing to fulfill project goals effectively. In addition to the qualifications, the RFP specifies the required documentation from bidders, such as past performance records and detailed project plans. It urges potential contractors to adhere to timelines and propose sustainable practices. The RFP structure includes sections that highlight evaluation criteria, submission processes, and payment schedules. The overarching objective is to secure a contractor who can deliver exceptional services that align with government standards while promoting efficiency and transparency in the procurement process. This initiative reflects a commitment to enhance public service through strategic partnerships with reputable firms in line with federal and local grant objectives.
    The document outlines the Supplemental Quality Assurance Provision (SQAP) for the U.S. Department of Defense's Defense Logistics Agency, specifically relating to contract SPE603-24-R-0508. It details inspection procedures and contractor responsibilities for the handling of various petroleum products. Key requirements include sampling methods, retention periods for composite samples, and procedures for testing product quality (e.g., appearance, density, and flash point), ensuring that contractors meet contractual obligations. The document emphasizes that while the government will conduct inspections, the contractor retains full responsibility for compliance with all contract requirements. Detailed notes include the costs associated with testing, which must be factored into service charges, except for higher order analyses, which have separate provisions. The SQAP ensures that quality management practices are maintained in the delivery of energy products and outlines the government's rights to perform testing through its Quality Representatives. This emphasis on rigorous quality assurance aligns with broader goals of accountability and quality control in government requests for proposals (RFPs) and contracts related to energy supply.
    The Quality Assurance Surveillance Plan (QASP) for the DLA-Energy contracted Fuels Operations and Management Services outlines a systematic approach to monitoring contractor performance at Kirtland AFB, NM. The document details the processes to ensure compliance with the Performance Work Statement (PWS), including who conducts the monitoring, what is monitored, and how results are documented. It emphasizes the roles of various personnel, including the Program Manager, Contracting Officers, and the Contracting Officer’s Representative (COR), in maintaining service standards. The QASP defines incidents of nonconformance—critical, major, and minor—and outlines specific performance criteria and acceptable quality levels. Monthly and random inspections are mandated, and discrepancies are documented to facilitate prompt corrective actions. The document is dynamic, responding to performance variations and unforeseen circumstances. This plan plays a critical role in enhancing mission performance by identifying and resolving issues early, thereby ensuring that contractor operations align with federal procurement standards. It underscores the government’s commitment to effective oversight and performance improvement throughout the contract lifecycle.
    The document is a sign-in sheet from a pre-proposal conference held on August 7, 2024, in Kirtland, New Mexico, regarding a government Request for Proposal (RFP). It lists attendees from various companies, including Blackson Gran, Tamco, and Skyquest AV, along with their contact details. Key participants included Gregory Vale as a DLA Contract Specialist and David Butler as the Program Manager. The sheet captures the attendees' engagement, showing interest from multiple contractors in collaborating on government projects related to federal grants and RFPs. This gathering facilitates information exchange, allowing potential bidders to clarify project specifics and requirements, aligning them with government expectations. Such events are crucial for enhancing transparency and encouraging competition among vendors in the federal contracting arena.
    The Defense Logistics Agency (DLA) has issued solicitation SPE603-24-R-0508 for Fuels Management Services at Kirtland Air Force Base, NM, with a focus on service-disabled veteran-owned small businesses. This request for proposals includes a firm-fixed-price contract with a performance period of four years (January 1, 2025, to December 31, 2028), plus possible extensions. Proposals must be submitted by August 26, 2024, and questions regarding the solicitation are due by August 16, 2024. The evaluation of proposals will follow a Lowest Price Technically Acceptable (LPTA) basis, assessing technical factors like staffing, operations, and security alongside past performance and pricing. The DLA emphasizes thorough understanding of the Performance Work Statement (PWS) and adherence to quality control measures. Key points include the necessity for a strong proposal format, clearly defined bases for evaluation, and detailed plans for contractor responsibilities, including insurance requirements and the potential for government inspections. These guidelines reflect DLA's commitment to efficiency and excellence in logistics support for military operations.
    This Performance Work Statement (PWS) outlines the operational and management services required for Aircraft/Ground Fuel Services and Fuel Storage and Distribution at Kirtland AFB, NM, following Solicitation SPE603-24-R-0508. The contractor is tasked with ensuring safe handling of Defense Wide Working Capital Fund-owned petroleum products, quality control, and compliance with relevant environmental and safety regulations. Key performance requirements include staffing, operations management, maintenance of facilities, and adhering to training programs for personnel. The document emphasizes the need for effective inventory management and operational readiness during standard and emergency situations. Transition processes and contract turnover protocols are specified for seamless contractor changes. Compliance with federal and local directives is mandatory, along with establishing a comprehensive safety and environmental protection plan. Additionally, the contractor must prepare various detailed plans within specified timelines, including a Contract Compliance Plan, Operations and Staffing Plan, and Maintenance Plan, among others. This PWS is essential in ensuring that all fuel operations at the airbase maintain the highest standards of safety and efficiency while responding to military operational demands.
    The document serves as an amendment to solicitation SPE603-24-R-0508, under contract ID code 0001, issued on July 17, 2024. The primary purpose of this amendment is to provide crucial details regarding a pre-proposal conference and site visit scheduled for August 7, 2024. The event will take place at Building 981, also identified as the Development Briefing Area, with a start time of 9:00 AM Mountain Time. Attendees are required to present specific identification for base access, which can include state-issued IDs, passports, or other official forms. Directions for accessing the building from the Truman Gate Visitors Center are included in an attached map. Aside from these provisions, the amendment reaffirms that all other terms and conditions of the original solicitation remain unchanged. This modification aligns with typical adjustments seen in government RFP processes, ensuring all interested parties have clear and comprehensive access to necessary information for participation.
    The document outlines Amendment 0006 for solicitation SPE603-24-R-0508, issued by DLA Energy for a revised Performance Work Statement (PWS) dated September 17, 2024. It replaces a prior PWS from September 12, 2024, as a response to specific queries and includes updates on the Appendix M concerning Automated Information Technology (AIT) Equipment and Land Mobile Radios (LMR), with changes highlighted for clarity. Additionally, it notes that the effective date of Amendment 0005 is September 15, 2024. This amendment emphasizes adherence to established terms while implementing necessary adjustments to the project specifications. Overall, the document reflects the ongoing process of refining contracts to meet operational requirements efficiently within federal contractual frameworks, serving the interests of the DLA Energy and ensuring compliance with procurement regulations.
    The document outlines a solicitation for commercial items regarding the provision of bulk petroleum services for the DLA Energy at Kirtland AFB, NM. The contract is set to function on a firm-fixed-price basis, covering operational, maintenance, and management services from December 1, 2024, through November 30, 2028, with potential extensions until November 30, 2033. It underscores the importance of quality control, including inspection and acceptance protocols for the services provided. The solicitation includes compliance with various federal regulations and clauses, particularly those addressing cybersecurity, environmental standards, and contractor responsibilities in relation to equipment used. Key provisions focus on encouraging small businesses and ensuring that contracts avoid entities involved with certain foreign regimes, particularly relating to Russian fossil fuels. Contractors must register on the DLA Internet Bid Board System (DIBBS) and utilize the Wide Area Workflow (WAWF) system for payment requests. The document emphasizes maintaining inspection records, adherence to quality standards, and procedures for stopping work orders if necessary. Overall, the solicitation represents the government’s intent to enhance service efficiency and compliance while providing transparent guidelines for potential contractors.
    The document pertains to multiple federal and state/local Requests for Proposals (RFPs) and grants, emphasizing the need for proposals that align with governmental objectives. Key topics include the development and enhancement of service delivery systems, community infrastructure, and effective resource management. It highlights the importance of collaboration among stakeholders, adherence to regulatory frameworks, and innovative solutions that address diverse community needs. The document stresses the significance of submitting comprehensive proposals that outline project goals, methodologies, timelines, and budget considerations. It underscores the evaluation criteria, which typically encompass the technical capability, experience of the bidding entity, and the potential impact of proposed initiatives on the community. In essence, this file serves as a guide for applicants seeking funding or partnerships through government channels, ensuring that their proposals meet established requirements. It reflects a commitment to fostering sustainable development and delivering high-quality services to communities while promoting transparency and accountability in government spending.
    The document serves as Amendment No. 0004 to the solicitation SPE603-24-R-0508, pertaining to a federal contract modification. Key changes include the attachment of slides and the sign-in sheet from a pre-proposal conference held on August 7, 2024, alongside the incorporation of a Collective Bargaining Agreement (CBA) extending from December 1, 2024, to November 30, 2025. The Performance Work Statement (PWS), initially dated May 23, 2024, has been replaced with a revised version dated August 22, 2024, which includes specifics on Contractor Furnished Mobile Refueling Assets. Additionally, the amendment integrates responses to inquiries posed by offerors. Overall, while these modifications provide essential updates and clarifications, all other terms and conditions of the contract remain unchanged. The document outlines necessary administrative processes and emphasizes the importance of acknowledging receipt of the amendment for the validity of offers submitted.
    The document appears to originate from a collection of federal and state/local RFPs (Request for Proposals) and grants, likely related to government contracting for various projects. It details specific opportunities for funding and proposal submissions that pertain to different agencies and program requirements. Key subjects include guidelines for applicants to follow, proposal structure, deadlines, and eligibility criteria for receiving grants or contracts. The file emphasizes the importance of compliance with federal regulations, including reporting standards, financial accountability, and performance measures. It appears to target a wide range of sectors, indicating a strategic approach to engage a diverse set of stakeholders in government projects, ensuring transparency and fostering competition in public procurement. The overall tone is formal and instructional, reflecting standard practices in government documentation. Such an overview would be crucial for entities seeking government funds or intending to respond to RFPs, highlighting the procedures and expectations for successful submissions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...