FUEL PROGRAM RECURRING MAINTENANCE AND MINOR REPAIR
ID: W912DY25RRMMRType: 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
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the Fuels Recurring Maintenance and Minor Repair (RMMR) program, aimed at providing essential maintenance and repair services for federal petroleum facilities and systems. The procurement focuses on ensuring compliance with the Unified Facilities Criteria (UFC) 3-460-03, which outlines the necessary maintenance tasks for military fuel systems, including inspections, repairs, and documentation of deficiencies. This program is critical for maintaining operational readiness and safety in military fueling operations, supporting various branches of the military and the Defense Logistics Agency (DLA). Interested contractors must submit their qualifications by November 25, 2024, and can contact Felicia Stewart at felicia.stewart@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil for further information.

    Files
    Title
    Posted
    The document outlines a service order for the replacement of a defective pump/motor assembly for Tank #23 at a specified Air Force facility. The service order was initiated on October 26, 2020, highlighting the urgent need for the replacement due to issues identified by the Quality Assurance Evaluator (QAE). A qualified electrician is mandated to assist with electrical disconnects during the process, complying with the National Fire Protection Association (NFPA) standards. Details about the contractor's performance are documented, noting that work was completed safely and within a timely manner, although quality was questioned, as indicated by the QAE's mixed review. The contractor was required to communicate and arrive with all necessary parts, which contributed to a structured evaluation of their management of the task. The emphasis on safety and adherence to regulations was paramount, reflecting the government’s commitment to maintaining operational standards in federal contracts. This service order fits within the broader context of federal government practices, particularly surrounding maintenance and operational integrity in military facilities.
    The document serves as a Travel Expense Report for contractors involved in federal government contracts. It outlines the necessary information required for reimbursement of travel-related expenses, including categories such as air fare, meals, lodging, and ground transportation. Contractors must provide detailed justifications for travel and submit receipts for expenses exceeding $75.00, adhering to the U.S. Government Joint Travel Regulations (JTR), which dictate maximum allowable rates based on travel location. Each contractor must complete a separate report for each individual traveler, ensuring compliance with federal guidelines. The document emphasizes transparency and thorough documentation to facilitate the reimbursement process for legitimate travel expenses incurred while performing government contract duties.
    The document is an attachment outlining the "Three Week Look Ahead Schedule" for a government project managed by a contractor. It details upcoming work phases, primarily focused on recurring maintenance and service order execution related to fuel systems. Each section includes the contractor and project manager names, phase designations, and specific tasks planned over a three-week period. Key notations include frequencies such as quarterly (Q) and annually (A), alongside designated weeks for initial site visits (ISV) and calibrations (C). The purpose of this schedule is to provide a clear timeline of activities, ensuring that both the contractor and project team are aligned on necessary tasks, locations, and timeframes. This document is part of federal procurement processes that require precise planning and coordination for the effective management of government contracts, highlighting the importance of compliance, maintenance, and service execution in government-funded projects.
    The document outlines a Monthly Status Report template for the DLA Recurring Maintenance and Minor Repairs Program, managed by the US Army Corps of Engineers, Engineering and Support Center, Huntsville. It provides a structured format for reporting on service orders, maintenance overviews, funding status, quality of work, safety incidents, and schedules pertaining to ongoing maintenance activities. Key sections include an overview of service orders submitted, approved, executed, and those pending approval. Maintenance reports detail required visits versus completed tasks across various maintenance phases. The financial section tracks current available funds against submitted service orders. Quality assessment is highlighted through customer feedback surveys, indicating general satisfaction with contractor performance. A safety report summarizes any reportable incidents and training provided during the reporting period. The document also contains appendices with safety reports, photographs of maintenance work, and updated schedules. Overall, this report serves to ensure accountability and transparency in the management and execution of maintenance contracts, vital for federal compliance and effective resource allocation.
    The document outlines comprehensive maintenance tasks associated with petroleum fuel systems for the Army, Navy, USMC, and Air Force. It details procedures for inspection, repair, and compliance with regulations, categorized into Operator Maintenance (OM) and Systems Maintenance (SM), with specified frequencies for tasks such as checking signage and maintaining fuel systems. Key responsibilities include ensuring adequate signage, monitoring fuel system operations, inspecting pipes and valves, and adhering to the UFC 3-460-03 guidelines. Each task is methodically aligned to maintain operational safety and efficiency, while appropriate actions are emphasized for tasks requiring immediate attention. This structure supports the government’s commitment to safety and environmental compliance in military installations, serving as essential guidance for contractors in meeting federal and state regulations during service contracts. By defining clear maintenance protocols, the document contributes to effective management of military fuel systems, reducing risks associated with petroleum handling and storage operations.
    The document is a tracking tool for currently open service orders (RSOs) related to government contracts. It contains essential information such as the branch responsible, phase of the service order, contractor details, service order number, maintenance category, total value, type of service order, and current status. Key timelines are outlined, including dates for initiation, approval by the Defense Logistics Agency (DLA), expected submission, and scheduled start and completion dates, which indicate the workflow and deadlines for each contract. The document serves as a management resource, enabling oversight of the life cycle of service orders within federal and state/local contexts. It allows stakeholders to monitor the efficiency of processes, from initiation to execution, guiding decision-making in allocating resources and prioritizing actions based on contractor performance and project timelines. Overall, the tracker reflects the government’s commitment to transparency and accountability in managing contracts and service orders efficiently.
    The document provides a comprehensive list of federal holidays for the years 2024 to 2026. It includes recognized holidays such as New Year's Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas, with specific dates for each holiday across three years. The purpose of this document is to inform federal agencies and employees about official holiday observances, which are critical for scheduling and planning purposes in relation to RFPs (Requests for Proposals), federal grants, and state and local RFPs. Accurate holiday information allows government entities to align their operational activities, ensuring that processes like contract submissions and grant applications adhere to holiday schedules, thus improving overall efficiency in public sector management and planning.
    The document outlines contract specifications for a project managed by the U.S. Army Engineering and Support Center. It includes critical procedures for submittals, emphasizing the need for detailed and compliant documentation by contractors. Key sections detail submittal requirements, including pre-performance and closeout submittals, the roles of safety officers, and guidelines for safety management. Submittals must be comprehensive, illustrating compliance with contract requirements, and necessitate government approval. Each contractor must maintain a submittal register to track deliverables. Specific protocols are established for safety management, highlighting the roles and responsibilities of safety personnel, such as a dedicated Contract Safety Manager. The document also mandates adherence to safety regulations, referencing U.S. Army Corps of Engineers' guidelines (EM 385-1-1) and necessitating accident prevention plans, site-specific assessments, and activity hazard analyses prior to work commencement. These requirements aim to ensure a safe working environment while fulfilling contractual obligations effectively. Overall, the detailed guidance reinforces the importance of quality control, safety, and thorough documentation in federal contracting scenarios, aiming for compliance and risk mitigation.
    The document outlines compliance requirements for contractors related to antiterrorism and operations security at U.S. Army and Navy installations. Key points include mandatory completion of annual Antiterrorism Level 1 and Operations Security (OPSEC) training within specified timeframes, with a certification submission to the Contracting Officer Representative (COR). Contractors must adhere to access policies, which involve background checks and compliance with the Defense Biometrics Identification System (DBIDS) for Navy installations or the Navy Commercial Access Control System (NCACS) if DBIDS is not utilized. Additionally, provisions for handling sensitive areas, individual clearances, and the E-Verify employment eligibility process are outlined. The contractor retains the responsibility for access processes without government escorts, and periodic background screenings are mandated to maintain access privileges. Overall, this document ensures that contractor personnel are adequately trained and vetted to secure military installation compliance while emphasizing personal and operational security protocols.
    The document presents an evaluation framework for operational fuel facilities, outlining various categories of facilities along with their functionality ratings and descriptions. It details specific types of fuel facilities, including Aircraft Direct Fueling, Marine Fueling, Propellant Storage Tanks (both underground and above ground), and Kerosene Dispensing Facilities. Each facility is assigned a Condition Rating: Good, Adequate, Poor, or Failure, indicating the extent to which it meets operational standards and its suitability for continued use. Facility ratings correspond to their mission capabilities, highlighting any issues that may require restoration or modernization. The document emphasizes the operational importance of these facilities for military and aviation purposes and provides guidance on infrastructure quality management. The structure includes a classification system with specifications and best practices to ensure that facilities support military operations efficiently. This analysis is critical for determining the funding and resources needed for modernization or replacement as part of broader federal and state RFPs and grants related to operational readiness and safety in fuel management.
    The document outlines the Component Unique Identifier (CUID) system utilized by the Defense Logistics Agency (DLA) for the tracking and management of capitalized equipment. It specifies various categories of equipment, including alarms, fire suppression systems, electrical components, and fuel piping systems, along with corresponding acronyms and reference sections. Contractors are instructed to request the creation of any missing acronyms through the designated project managers and are encouraged to use additional tracking methods, such as QR codes, as long as they align with the CUID. The document serves as a standardized reference to ensure consistent identification and categorization of equipment across projects, facilitating efficient capital equipment management in compliance with government regulations. Overall, the CUID provides a structured framework for organizing critical operational components within the DLA's infrastructure, enhancing asset accountability and operational oversight.
    This document outlines the maintenance tasks required for various petroleum fuel systems as specified by military regulations, detailing responsibilities divided among the Army, Navy, USMC, and Air Force. Each task is categorized by frequency, from daily inspections of drainage systems and differential pressures in filters to monthly checks on signage and annual evaluations of submerged pipelines. The document is structured as a comprehensive maintenance table, identifying tasks such as monitoring fuel systems, ensuring proper operation of control valves, inspecting pumps, and evaluating fuel hoses, all crucial for maintaining operational safety and efficiency. Specific guidelines reference the Unified Facilities Criteria (UFC) and federal regulations, indicating the systematic approach to compliance and environmental safety. Emphasis is placed on proper documentation of maintenance activities, highlighting the importance of timely repairs and inspections to adhere to safety standards. The overarching purpose of this document is to facilitate the maintenance of petroleum systems in military contexts, ensuring readiness and operational integrity while minimizing environmental risks.
    The document outlines a comprehensive list of repair services and maintenance activities related to fuel systems and associated infrastructure. It details the various components requiring repair, including air eliminators, bollards, deadman systems (both hydraulic and electronic), dispensers, emergency equipment, valves, and more across different specifications and sizes. Each item specifies the type of maintenance, replacement, or repair needed, as well as what is included in the service, like replacement parts and applicable markings. Each repair category is clearly defined, indicating the frequency of repairs allowed per federal financial proposal (FFP) and pricing for additional repairs. The document also emphasizes safety and compliance with established standards, particularly for emergency equipment and fuel systems. The structured approach ensures a systematic way to maintain critical infrastructure while allowing for compliance with governmental regulations and guidelines. This document serves as a guideline for government agencies seeking to procure maintenance and repair services, ensuring they are aware of their options and the associated costs involved while adhering to compliance and safety standards required in public works projects.
    The document outlines the contracting and service details for various military installation sites, specifically noting the service frequency and repair types required at each location. It includes information such as the site name, DLA site code, geographic details, and anticipated service start dates. Furthermore, it mentions that the Real Property Site Unique ID (RPSUID) for Weide Army Airfield is also associated with Aberdeen Proving Ground, indicating a shared infrastructure. The document serves as a checklist to facilitate understanding of service expectations for maintenance and repairs, essential for federal contracting purposes within the Department of Defense. The emphasis on detailed site information supports the structured execution of government RFPs, ensuring compliance with anticipated service needs across different branches of the military.
    The document, titled "APPENDIX K," provides real property data related to U.S. Army Engineering and Support Center in Huntsville, AL. While the contents are primarily conveyed through an Excel file, the main purpose suggests an emphasis on the management and assessment of real property assets, potentially in the context of federal RFPs and grants. This information is likely instrumental for stakeholders involved in evaluating property for projects or funding opportunities within federal or state frameworks. The data could support decision-making processes regarding property acquisition, fiscal planning, or compliance with governmental regulations regarding infrastructure. Overall, the document serves as a resource for interpreting real property conditions essential for planning within military or governmental operational scopes.
    The document titled "Existing Facility Maintenance Plans" from the U.S. Army Engineering and Support Center in Huntsville, AL, outlines the protocols for maintaining existing facilities under its purview. The file, provided in Excel format, likely includes detailed maintenance schedules, procedures, and responsibilities to ensure the operational integrity and functionality of Army installations. The maintenance plans serve as a framework for consistent oversight, prioritizing preventive measures and timely repairs. This structured approach is essential for addressing the critical maintenance needs of facilities, ensuring compliance with safety standards, and supporting the Army’s mission. The emphasis on well-documented maintenance strategies aligns with federal expectations for efficiency and accountability in government contracting and facilities management.
    The Fuel Program Recurring Maintenance and Minor Repair (RMMR) Performance Work Statement outlines comprehensive maintenance and repair services for U.S. military petroleum facilities globally. It focuses on recurring maintenance, adhering to Unified Facilities Criteria (UFC) 3-460-03, and minor repairs to maintain operational capabilities efficiently. The contract requires contractors to provide all necessary resources and expertise to ensure compliance with applicable regulations. Key activities include performing routine inspections, testing petroleum fuel systems, reporting deficiencies, and executing corrective actions. The contractor is expected to manage a detailed Facility Maintenance Plan (FMP) and maintain thorough documentation of all maintenance activities, including a Maintenance Binder compiling inspection reports, operational data, and warranties. Additionally, the document stipulates qualifications for key personnel, outlines responsibilities for safety, quality assurance, and communication protocols, and emphasizes the importance of environmental compliance. Various appendices detail reporting templates, inventory of facilities and equipment, and safety requirements. This RMMR program demonstrates the government's commitment to maintaining reliable fueling infrastructure while ensuring safety, regulatory adherence, and effective contractor management throughout the lifecycle of the contract.
    The U.S. Army Corps of Engineers is issuing a Sources Sought Notice for the Fuels Recurring Maintenance and Minor Repair (RMMR) program, aimed at identifying qualified contractors to support the Defense Logistics Agency – Energy (DLA-E). This initiative focuses on maintenance services for federal petroleum facilities and systems across various military installations, seeking to integrate renewable energy solutions alongside traditional fuel support. The projected contract spans five years, involving both recurring maintenance and minor repair services adhering to specific military standards. Firms interested in responding must detail their qualifications and capabilities in a structured format, including business size and socio-economic status. They are encouraged to demonstrate previous experience with similar service contracts, compliance with regulatory standards, and the ability to manage concurrent work across multiple sites within the U.S. and its territories. The notice is for market research and not a formal proposal request, with responses due by November 25, 2024. It emphasizes the importance of the services for maintaining operational readiness in petroleum systems vital to military missions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RMMR Fuels Market Research HNC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for the Fuels Recurring Maintenance and Minor Repair (RMMR) program, which focuses on providing maintenance services at U.S. Government petroleum facilities worldwide. The initiative aims to gather information on contractors capable of delivering inspections, preventive maintenance, and emergency repairs, ensuring the operational integrity of military petroleum systems. This program is critical for maintaining the functionality and safety of fueling infrastructures that support military and federal operations. Interested vendors are encouraged to submit their company details, certifications, and relevant experience by November 12, 2024, with inquiries directed to Kerry Joseph at kerry.s.joseph@usace.army.mil.
    Fuels Recurring Maintenance and Minor Repair, Pacific Ocean Division Japan
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified firms to provide Fuels Recurring Maintenance and Minor Repair services for installations in the Pacific Ocean Division, Japan. This procurement aims to sustain a robust fueling capability for federal petroleum facilities and systems, ensuring compliance with relevant codes and regulations while delivering essential maintenance and repair services. The program is critical for maintaining operational readiness across military branches and includes a three-year performance period with potential extensions. Interested firms must submit their qualifications and experience by 12:00 Noon Central Time on November 18, 2024, to Jasmine Mccullough at jasmine.m.mccullough@usace.army.mil and Lashonda C. Smith at lashonda.c.smith@usace.army.mil.
    Fuels Recurring Maintenance & Minor Repair - Pacific Ocean Division - Japan (AMEND 02)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified firms to provide Fuels Recurring Maintenance and Minor Repair services for petroleum facilities and systems located in Japan and Diego Garcia. This procurement aims to ensure compliance with established maintenance criteria and regulations while supporting the Defense Logistics Agency – Energy (DLA-E) in delivering effective energy solutions, including renewable and alternative energy sources. The contract is anticipated to span five years, consisting of a 12-month base period and four optional 12-month periods, with responses due by November 18, 2024. Interested firms should submit their qualifications and experience via email to Jasmine McCullough and Lashonda Smith, as no hardcopy or facsimile submissions will be accepted.
    Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking sources for a Multiple Award Construction Contract focused on inspection, repair, and renovation construction services for Petroleum, Oil, and Lubricant (POL) fuel systems at various locations worldwide. This opportunity aims to identify capable Large and Small Businesses, including those certified by the U.S. Small Business Administration (SBA) as 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), Veteran Owned Small Businesses (VOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with the qualifications and capacity to self-perform relevant major trade work. The services are critical for maintaining the operational integrity of fuel supply facilities, ensuring the readiness and reliability of military operations. Interested parties should contact Joseph Cook at joseph.d.cook3.civ@us.navy.mil or Olga Muna at olga.c.muna.civ@us.navy.mil for further information, as this notice serves as a market research tool and does not constitute a Request for Proposal.
    SPE605-25-RFI-1000: Direct Delivery Ground Fuels Program - 3.22 Domestic
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified businesses to participate in the Direct Delivery Ground Fuels Program, specifically for the delivery of various fuel products to locations in the Northeastern United States, including states such as Connecticut, Massachusetts, and New York. The procurement aims to identify vendors capable of supplying a range of fuel types, including E85, aviation gasoline, and multiple grades of diesel and heating oil, with estimated quantities totaling millions of gallons. This initiative is crucial for supporting the operational requirements of the Department of Defense and federal civilian agencies in the region. Interested vendors must respond by October 28, 2024, with detailed company information and capabilities, and the anticipated contract period is from April 1, 2026, to March 31, 2031. For inquiries, contact Kandace Wright at kandace.wright@dla.mil or 571-596-2671.
    Fuel Dispenser Maintenance
    Active
    Dept Of Defense
    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.
    Fuel Dispensing PM & ER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide non-personal maintenance services for Government-owned Fuel Dispensing Equipment at the Anniston Army Depot (ANAD) in Alabama. The procurement includes continuous statistical leak detection for both above and below ground tank systems, emphasizing the importance of maintaining operational integrity and safety of fuel dispensing operations. This full and open solicitation, classified under NAICS code 811490, has an estimated issue date of November 6, 2024, and interested vendors are encouraged to download the solicitation electronically from sam.gov. For further inquiries, potential bidders may contact Contract Specialist Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or by phone at 571-588-0962.
    Ship Propulsion Fuel (Bunkers)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
    BARC Repair 5 Fuel Stations
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for a firm fixed-price construction contract to repair five fuel stations and various Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST) at the Beltsville Agricultural Research Center (BARC) in Maryland. The objective of this procurement is to restore the operational capabilities of the fuel stations and ensure compliance with the Maryland Department of the Environment regulations, which includes repairing fuel dispensers, pumps, hoses, tanks, and associated systems while maintaining environmental safety standards. This initiative underscores the USDA's commitment to providing safe and efficient fuel services in support of governmental operations and environmental compliance. Interested contractors should note that the anticipated Request for Proposals (RFP) will be posted on or about November 4, 2024, and inquiries can be directed to Roger Ammons at roger.ammons@usda.gov. The project has a funding range between $500,000 and $1,000,000, with a performance period of 120 days following the Notice to Proceed.
    Supply and Delivery of Fuel for November 2024
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manila, Philippines, is preparing to solicit bids for the supply and delivery of fuel scheduled for November 2024. The procurement aims to secure a firm fixed-price contract for fuel oils, with the award going to the lowest priced technically acceptable offeror who meets the necessary qualifications. This contract is crucial for ensuring the operational readiness of U.S. diplomatic missions in the region. Interested contractors must be registered in the System for Award Management (SAM) prior to submitting their offers, which should be sent electronically to ManilaPurchasing@state.gov, with the solicitation expected to be issued around mid-November 2024.