Fuel Dispensing PM & ER
ID: W911KF-25-Q-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for non-personal maintenance services on government-owned fuel dispensing equipment at the Anniston Army Depot in Alabama. The contractor will be responsible for providing four preventative maintenance service calls annually, including a comprehensive annual inspection, as well as continuous statistical leak detection for both above and below ground tank systems. This contract is crucial for ensuring the operational efficiency and safety of fuel dispensing operations, with a base year and four option years for continued service. Interested contractors must submit their proposals electronically by January 22, 2025, and direct any inquiries to Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or Amber Burdett at amber.e.burdett.civ@army.mil.

    Files
    Title
    Posted
    The Statement of Work outlines the requirements for maintenance and repair of the Government-owned Fuel Dispensing Equipment at the Anniston Army Depot in Alabama. The contractor is responsible for providing non-personal maintenance services, including four preventative maintenance service calls annually, with a comprehensive annual inspection in January. The contractor must adhere to environmental regulations established by the EPA, ADEM, DOD, and the Army. Key tasks include checking for leaks, monitoring systems, filter changes, and emergency repairs, which must be addressed promptly within specified time frames. The maintenance period is defined, and general access and security policies require contractor personnel to undergo background checks and comply with identity verification protocols. Additionally, the contractor is required to document repairs, maintain warranty coverage for replaced materials, and follow Lockout/Tagout procedures. This document serves as a formal solicitation for proposals, detailing the scope of work and conditions for contractor engagement under federal regulations, emphasizing operational compliance and environmental protection standards.
    The document outlines the requirements for establishing the authority of individuals who sign offers for contracts in government solicitations. It specifies that evidence of signing authority is necessary unless the Offeror is a sole proprietorship. For corporations, a certification must be completed, confirming that a designated official or agent is authorized to bind the corporation in agreements. This includes limitations on their authority if applicable. In cases of partnerships or unincorporated firms, a collective certification from all members is similarly required to validate the authority of a signatory representative. The objective is to ensure that contracts are entered into by individuals with proper legal authority, thus providing clarity and safeguarding the integrity of the contracting process within federal grants and RFP contexts.
    The Past Performance Questionnaire supports the solicitation for non-personal maintenance services on government-owned fuel dispensing equipment and statistical leak detection for above and below ground tank systems, specifically for the Anniston Army Depot. Contractors are requested to complete the questionnaire and submit it via email by the solicitation closing date. The form collects detailed information on the contractor's past performance, including project details, contract value, and a point of contact for further communication. A rating scale from excellent to poor assesses the contractor’s customer satisfaction, schedule adherence, technical compliance, and overall performance. Respondents are urged to provide narratives to justify their ratings regarding specific performance aspects. This questionnaire plays a vital role in source selection, facilitating informed decision-making in government procurement processes, particularly in areas related to safety and operational efficiency.
    The document outlines the evaluation criteria for a government contract, emphasizing three key factors: Past Performance, Response Time for Emergency Repairs, and Price. Past Performance is prioritized above all, with the Government assessing offeror performance based on relevant contracts within the last five years and requiring 3 to 5 past performance questionnaires. Response Time for Emergency Repairs is the second most critical factor, where contractors must submit a compliance plan aligning with specified response times. Lastly, the Price factor evaluates the total price while ensuring reasonableness, determined by competitive business standards. The overall evaluation reflects a structured approach that prioritizes non-price factors while maintaining stringent assessment criteria to ensure the successful execution of the contract requirements.
    This government file outlines the Request for Proposal (RFP) W911KF25Q0002, issued for fuel dispensing maintenance services at the Anniston Army Depot. The solicitation includes a comprehensive statement of work requiring contractors to provide preventative maintenance services for government-owned fuel dispensing equipment and emergency repairs. The contract will span from the award date over a base year with four option years. Proposals must be submitted electronically, ensuring compliance with various federal regulations, including FAR clauses and local rules regarding employee identification and security. Key requirements include past performance assessments, adherence to safety and environmental regulations, and proper handling of government property. Emphasis is placed on contractor safety, with requirements for training and accident prevention plans. Detailed instructions for submission and compliance with electronic contracting processes are provided, along with conditions for access to restricted areas of the depot. The file also includes guidelines for handling potential hazardous situations and maintaining a drug-free workplace, underscoring the serious nature of the work. Overall, the document reflects the structured approach necessary for federal contracts, encompassing compliance, performance standards, and safety regulations essential for contractors working within government facilities.
    This document serves as an amendment to a government solicitation, specifically extending the closing date for industry responses. Originally scheduled for January 8, 2025, the submission deadline has been postponed to January 22, 2025, at 10 AM CST. The amendment is aimed at facilitating additional time for contractors to prepare their offers. All other terms and conditions of the original solicitation remain unchanged. The amendment, identified as number 0001 for contract W911KF25Q0002, also outlines the necessary actions contractors must take to acknowledge this amendment, which can be done either by returning the signed document or by indicating receipt on each submitted offer. The issuing office is located at Anniston Army Depot in Anniston, Alabama, demonstrating the federal government's ongoing engagement in contract procurement processes by allowing for broader participation from potential contractors.
    Lifecycle
    Title
    Type
    Fuel Dispensing PM & ER
    Currently viewing
    Solicitation
    Similar Opportunities
    Fuel Tank Inspection and Certification
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for inspection and certification services for fuel tanks under solicitation number W912NW25Q0031. The procurement aims to ensure compliance and operational readiness for 19 fuel storage units, which include various tanks primarily used for Ultra-Low Sulfur Diesel and other oils, with a delivery deadline set for April 30, 2025. This opportunity underscores the importance of maintaining regulatory standards in fuel storage and handling within government facilities, reflecting the commitment to asset management and environmental compliance. Interested small businesses must submit their proposals by 10:00 AM on March 17, 2025, and can direct inquiries to Carlos Bernal at carlos.s.bernal.civ@army.mil.
    Fuel Dispenser Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    Sources Sought: Fuels Recurring Maintenance and Minor Repair Program
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified firms for the Fuels Recurring Maintenance and Minor Repair Program, aimed at supporting the Defense Logistics Agency - Energy (DLA-E). This opportunity involves executing recurring maintenance and minor repairs for petroleum facilities located outside the contiguous United States, particularly in Japan and Diego Garcia, over a three-year period that includes a base year and two optional years. The program is critical for ensuring compliance with federal regulations and maintaining the operational readiness of fuel delivery missions. Interested firms must submit their qualifications and experience, addressing specific capability questions, by the outlined formatting requirements to Tamikah Dubose McWilliams at tamikah.mcwilliams@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil, with a focus on regulatory compliance and potential barriers to competition.
    5 Year Service Contract for Boiler Maintenance - Building 1E at Tobyhanna Army Depot
    Buyer not available
    The Department of Defense, through the U.S. Army, is soliciting proposals for a five-year service contract focused on the maintenance and emergency repair of the Boiler Plant at Tobyhanna Army Depot in Pennsylvania. The contract will include both firm fixed-price provisions for scheduled maintenance and time and materials options for unscheduled repairs, requiring contractors to demonstrate technical capabilities and relevant past performance. This maintenance service is crucial for ensuring the operational efficiency and safety of the facility's heating systems, which include two Vapor Power boilers and associated equipment. Interested contractors should submit their proposals, including a price breakdown and compliance with safety standards, to Mark Buonomo at mark.buonomo2.civ@army.mil by the specified deadlines, with a site visit planned to assist in proposal preparation.
    Construct Flightline Fueling Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is soliciting proposals for the construction of a Flightline Fueling Facility. This project falls under the NAICS code 237120, which pertains to Oil and Gas Pipeline and Related Structures Construction, and involves the construction of fuel supply facilities. The successful contractor will be responsible for ensuring compliance with updated FAR clauses and submitting required documents by the specified deadlines. Interested parties should note that the site visit submission due date has been amended to March 20, 2025, while the proposal due date remains unchanged. For further inquiries, potential bidders can contact Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil.
    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 Department of the Navy's NAVFAC Systems and Exp Warfare Center, is soliciting proposals for a Multiple Award Construction Contract focused on inspection, repair, and renovation construction services for petroleum, oil, and lubricant fuel systems at various locations worldwide. This contract aims to ensure the operational integrity and reliability of critical fuel supply facilities, which are essential for military readiness and logistics. Interested contractors should note that the procurement falls under the NAICS code 237120, and the primary contact for inquiries is Analaura Montalvo, who can be reached at analaura.montalvo.civ@us.navy.mil or by phone at 805-982-5605. Additional contact is available through Olga Muna at olga.c.muna.civ@us.navy.mil or 805-982-3038.
    SP-POL-CMP-INSPECT-FY25-FWY (PO 28)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for inspection and maintenance services for fuel storage tanks located at Fort Wayne, Indiana, under the contract title SP-POL-CMP-INSPECT-FY25-FWY (PO 28). The procurement involves comprehensive internal inspections, cleaning, and wiper seal replacements for two facilities, ensuring compliance with American Petroleum Institute (API) standards and maintaining operational safety. These services are critical for the effective management of fuel storage systems, which play a vital role in supporting military operations while adhering to environmental regulations. Interested small businesses must submit their proposals by March 19, 2025, and can direct inquiries to Kristal Dobry at kristal.d.dobry@usace.army.mil.
    Industrial Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Industrial Machine Maintenance services at the Letterkenny Army Depot in Pennsylvania. The contract requires qualified contractors to provide emergency and preventative maintenance, ensuring minimal downtime for critical industrial machinery, with a base performance period of one year and two optional extensions. This procurement is vital for maintaining operational efficiency and compliance with safety standards, including adherence to ISO 45001 and OSHA regulations. Interested parties must submit their proposals by March 27, 2025, and can direct inquiries to Danielle Rhone or Thomas C. Hall via the provided contact information.
    Letterkenny Army Depot requirements contract to provide personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform Bulk Gas and Cylinder Gas Supply Services
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is seeking small businesses to provide Bulk Gas and Cylinder Gas Supply Services under a firm fixed price contract. This procurement, designated by solicitation number W911N2-25-R-0014, requires the delivery of bulk gases and associated non-personal services, including personnel, equipment, tools, and quality control, essential for the depot's operations. The contract will be awarded for one base year with four option years, emphasizing the importance of reliable gas supply for military operations. Interested vendors must be registered in the System for Award Management (SAM) and can expect the solicitation to be available around March 13, 2025, with proposals due by approximately March 23, 2025. For further inquiries, potential bidders can contact Contract Specialist David Serotkin at david.t.serotkin.civ@army.mil or by phone at 717-267-5372.
    DDAA Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution facility in Anniston, Alabama. The contract encompasses a base year with four optional years, requiring the contractor to perform scheduled preventive maintenance and on-call corrective maintenance in compliance with Original Equipment Manufacturer (OEM) standards. These services are critical for ensuring the operational availability and efficiency of the automated storage and retrieval systems, which support the logistical needs of the DLA. Interested parties must submit their proposals by March 4, 2025, with questions due by February 27, 2025. The estimated total contract value is $74,000, and potential contractors must be registered in the System for Award Management (SAM) and comply with federal acquisition regulations. For further inquiries, contact Brian Keckler at brian.keckler@dla.mil or call 717-770-8418.