Notice of Intent to Sole Source for Fuels Preventative and Corrective Maintenance Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Engineer Support Center, Huntsville (USACE CEHNC), on behalf of the Defense Logistics Agency (DLA), has issued a Notice of Intent to Sole Source for Fuels Preventative and Corrective Maintenance Services within the South Atlantic Division (SAD-AF2), supporting the Air Force. This notice is not a solicitation, but responses from interested and capable parties will be considered to determine if a competitive procurement is warranted. The services are required for a 10-week period of performance.
Scope of Work
The requirement encompasses comprehensive maintenance services for federal petroleum facilities and systems.
- Preventative Maintenance (PM): Ensuring compliance with codes and regulations, including routine inspections, testing, and providing detailed reports on evaluated systems.
- Corrective Maintenance (CM): Performing minor repairs to petroleum facilities, systems, and supporting DLA-E capitalized facilities. This includes an emergency response capability to ensure safe and reliable fuel delivery.
- Specific Work: Includes scheduled, mission-essential PM; necessary CM for system/equipment failures; and response to emergent, unforeseen service requirements.
- Contractor Responsibilities: The contractor will provide all necessary labor, management, supervision, quality control, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals.
Contract Details
- Opportunity Type: Special Notice (Notice of Intent to Sole Source)
- NAICS Code: 561210 - Facilities Support Services, with a business size standard of $47M.
- Set-Aside: Not applicable, as this is an intent to award a sole source contract.
- Department/Agency: DEPT OF DEFENSE / DEPT OF THE ARMY / W2V6 USA ENG SPT CTR HUNTSVIL.
Submission & Evaluation
This is NOT a Request for Quote (RFQ) or a solicitation for competitive proposals. However, the government will consider responses received by the closing date to assess if a competitive procurement is feasible.
- Response Requirements: Respondents must affirm active SAM registration, provide their UEI number, credentials, qualifications, pricing data, a point of contact, and indicate their business size/type (e.g., large, small, 8(a), HUBZone) and ownership (U.S. or foreign).
- Response Deadline: Electronically by Wednesday, May 13, 2026, at 2:00 p.m. CST.
- Contact: Tamikah DUBOSE MCWILLIAMS (tamikah.mcwilliams@usace.army.mil). Phone calls will not be accepted.
Key Performance Requirements
The Performance Work Statement (PWS) outlines specific requirements:
- Personnel: Contractor must provide qualified personnel, including a Project Manager, Quality Control Manager, Project Engineer, Safety Manager, and Site Managers with specific experience.
- Reporting: Daily reports, monthly status reports, PM reports, and Service Order tracking are mandatory.
- Quality Control: An effective Quality Control (QC) system, including a CQC Plan and adherence to preparatory, initial, and follow-up phases of control, must be established and maintained.
- Data Management: Use of the Resident Management System (RMS) is mandatory for administration, schedules, submittals, correspondence, QC, and reports.
- Safety: Compliance with EM 385-1-1 and other applicable safety regulations is required.