Sources Sought for Market Research Purposes for NAD-AF RMMR Program CEHNC.
ID: 256895-418Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Facilities Support Services (561210)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 1:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified firms to provide Recurring Maintenance and Minor Repair (RMMR) services for the Defense Logistics Agency – Energy (DLA-E) at Joint Base MDL in New Jersey. This initiative aims to ensure the operational readiness and safety of federal petroleum facilities by delivering comprehensive maintenance services that adhere to military standards and address specific deficiencies. The program is critical for sustaining a robust fueling capability essential for military operations, emphasizing the importance of compliance with safety and environmental regulations. Interested firms are encouraged to submit their qualifications and Capability Statements by April 21, 2025, with inquiries directed to James Monte Long at james.m.long@usace.army.mil or Darcy A. Hackler at darcy.a.hackler@usace.army.mil.

Files
Title
Posted
Mar 19, 2025, 6:05 PM UTC
The U.S. Army Corps of Engineers is conducting market research through a Sources Sought notice to identify firms capable of providing Recurring Maintenance and Minor Repair services for the Defense Logistics Agency – Energy (DLA-E). This initiative aims to ensure the maintenance and repair of federal petroleum facilities and systems, crucial for supporting military operations. The contract will involve two main components: Recurring Maintenance, which complies with established military standards for fuel facilities, and Minor Repair, focusing on addressing specific deficiencies and emergency responses. The government is particularly interested in determining the capabilities of small businesses and may set aside a portion of the contract for small business competition. Interested firms are required to submit information detailing their qualifications, experience, and the ability to comply with regulatory standards, along with a Capability Statement. The notice emphasizes no proposals will be solicited at this stage and highlights that responses will not be formally ranked or returned. The response deadline for questions is April 21, 2025, marking a critical point in the planning for this project. Overall, this program underscores the government’s commitment to maintaining a reliable fueling infrastructure while exploring opportunities for small business participation in federal contracts.
Mar 19, 2025, 6:05 PM UTC
The Fuel Program Recurring Maintenance and Minor Repair (RMMR) Performance Work Statement outlines the comprehensive maintenance services required by the U.S. Armed Forces for petroleum facilities. This program encompasses two key services: Recurring Maintenance (RM), which follows the Unified Facilities Criteria (UFC) 3-460-03 for military fuel facilities, and Minor Repair (MR), aimed at addressing deficiencies and providing emergency responses. Contractors must ensure compliance with all applicable regulations, provide necessary resources, and maintain robust fuel delivery systems. The contract also mandates that the contractor takes ownership of the assigned fuel systems' conditions, optimizes processes, and develops a Facility Maintenance Plan (FMP). Personnel involved must possess specific skills and qualifications, with a focus on project management, quality control, and safety. Important requirements include regular reporting, site visits, and maintaining a Computer Maintenance Management System (CMMS) for tracking maintenance activities. The document emphasizes the need for thorough planning, execution, and documentation to ensure mission continuity and compliance with safety and environmental standards. Overall, the RMMR program reflects the government's commitment to ensuring the operational readiness and safety of its petroleum facilities through proactive maintenance and repair strategies.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Sources Sought RFI For Market Research Purposes. For SAD-AF RMMR Program CEHNC2
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a Sources Sought notice to identify qualified firms for the Fuels Recurring Maintenance and Minor Repair (RMMR) program. This initiative aims to ensure comprehensive maintenance and repair services for federal petroleum facilities, focusing on both Recurring Maintenance (RM) and Minor Repair (MR) to sustain the U.S. government's fueling capabilities. The program is critical for maintaining robust fueling operations that support national defense and compliance with relevant regulations. Interested firms are encouraged to submit their qualifications, including experience and small business designations, to the primary contact, Latandra S. Jones, at Latandra.S.Jones@usace.army.mil, by the specified deadline, as this notice is for market research purposes only and does not constitute a solicitation.
Sources Sought for Market Research Purposes for POF RMMR Program CEHNC.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified firms for the Fuels Recurring Maintenance and Minor Repair (RMMR) program, aimed at ensuring the maintenance and reliable operation of military petroleum facilities globally. This procurement involves two distinct components: Recurring Maintenance (RM), which encompasses routine inspections and maintenance, and Minor Repair (MR), focusing on corrective actions and emergency responses, all adhering to Unified Facilities Criteria for compliance with regulations. The program is critical for sustaining a robust fueling capability in support of federal petroleum facilities and systems, ensuring safety and regulatory standards are met. Interested contractors should contact James Monte Long at james.m.long@usace.army.mil or Darcy A. Hackler at darcy.a.hackler@usace.army.mil for further details, and are encouraged to submit their qualifications and Capability Statements as part of this market research initiative.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
Buyer not available
The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on inspection, repair, and renovation services for petroleum, oil, and lubricant fuel systems at various global locations. This procurement aims to provide essential construction and engineering services, including maintenance and repair of pipelines and fuel storage tanks, as well as support for associated facilities and systems. The contract, valued at a maximum of $997 million, will be awarded on an Indefinite-Delivery, Indefinite-Quantity basis, with a minimum guarantee of $10,000 for each contractor over a base period of 60 months, extendable by six months. Interested firms must submit proposals by April 21, 2025, and are encouraged to contact Analaura Montalvo at analaura.montalvo.civ@us.navy.mil for further inquiries.
DLA Energy - Bulk Petroleum Products Western Pacific/Middle East Program
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the annual bulk petroleum purchase program for the Western Pacific and Middle East Regions, with a delivery period from January 1 to December 31, 2026. The procurement includes significant quantities of various fuels: 201,804,001 gallons of Naval Distillate (F76), 140,475,000 gallons of Turbine Fuel, Aviation (JP5), and 280,358,005 gallons of Turbine Fuel, Aviation (JA1), some of which require additives. This procurement is critical for supporting military operations and energy needs in these strategic regions, and it is important to note that there are no small business set-asides for this contract. Interested vendors must submit offers through the Offer Entry Tool on the SAM website, as hard copies will not be issued, and responses to the sources sought notice are due by April 10, 2025. For further inquiries, vendors can contact Grant Wulliman at Grant.Wulliman@dla.mil or Christopher W. Clement at christopher.clement@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically for the 2025 Purchase Program. This procurement aims to secure various types of fuels, including distillate fuel and turbine aviation fuels (JP5, JP8, and JA1), to support military operations across multiple locations within the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a total estimated purchase of approximately 726 million gallons of fuel, emphasizing compliance with safety and quality standards. Interested vendors must submit their proposals electronically via the Bulk Offer Entry Tool (OET) by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA448425R0006 contract, which focuses on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst (JB-MDL), New Jersey. This Indefinite Delivery Indefinite Quantity (IDIQ) contract is set aside for Total Small Businesses and encompasses a range of services including the repair and replacement of electrical systems, with a project magnitude valued between $500,000 and $1 million. The contract will include a one-year base period with four optional years and a possible six-month extension, emphasizing the importance of compliance with safety and environmental regulations throughout the project. Interested contractors should contact Sean A. Burney at sean.burney.1@us.af.mil or 609-754-4861 for further details, and must submit their proposals by the specified deadlines following the guidelines outlined in the solicitation documents.
Aviation Fuel (AVGAS), Engine Oil, and Smoke Oil
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for aviation fuel (AVGAS), engine oil, and smoke oil for the upcoming Joint Base McGuire-Dix-Lakehurst (JB MDL) Open House scheduled for May 16-18, 2025. The contractor will be responsible for delivering a total of 2,520 gallons of AVGAS, various engine oils, and smoke oil, ensuring compliance with strict specifications and safety protocols during the event. This procurement is crucial for supporting aviation operations during public exhibitions, emphasizing the need for reliable and high-quality fuel and oil supplies. Interested vendors must respond to the Sources Sought Notice by April 11, 2024, confirming their capabilities, with inquiries directed to Noah Whiting at noah.whiting.1@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically aimed at supporting the Department of Defense and Federal Civilian Agencies. The procurement includes a total of 758 Contract Line Items (CLINs) for different fuel types, with a significant portion set aside for small businesses and Service-disabled Veteran-owned Small Businesses (SDVOSBs). This initiative is crucial for ensuring a reliable supply of fuel necessary for military and governmental operations, with a performance period extending from the date of award through May 31, 2028. Interested vendors must submit their proposals by May 1, 2023, and can direct inquiries to primary contact Danette Stewart at danette.stewart@dla.mil or 571-363-8808.
Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin Air Force Base (AFB) and Randolph AFB in Texas. The procurement aims to secure fuel management services, including receipt, storage, transfer, issuance, and inventory management of fuel products, ensuring compliance with environmental standards and quality controls. This contract is critical for maintaining operational readiness and efficiency in military fuel supply operations, with a base performance period from January 1, 2026, to December 31, 2029, and an option for an additional five years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by May 7, 2025, and can contact Kamilah Coleman at Kamilah.Coleman@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL for further information.