SOURCES SOUGHT
38 -- Replace Fuel Upload Facility and Fuel Storage Tanks and Repair Liquid Fuel Pump Station/Pipelines Kirtland Air Force Base, Bernalillo County, New Mexico
- Notice Date
- 10/6/2008
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Albuquerque, US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP08R0000
- Response Due
- 10/21/2008
- Archive Date
- 12/20/2008
- Point of Contact
- Francesca M. Thomas, 5053423453<br />
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Albuquerque District has been tasked to solicit for and award a project to include the construction of a Fuel Upload Facility and Fuel Storage Tanks and to repair the existing fuel pump station and pipelines at Kirtland Air Force Base, NM. Proposed project will be a Firm Fixed Price contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Construction Services to be performed under the firm fixed price contract will consist of replacing the existing offload facility with new equipment to offload four positions. Containment and an oil water separator for the offload area are provided, as well as new controls and power. New fuel pumps for the fillstands, new piping between the fuel offloads and the pumphouse, and the receipt filter separators are to be replaced. Additionally, the two existing 25 MBBL fuel tanks will be demolished and two new 40 MBBL tanks will be built, and new piping installed to the pump house. System includes all sitework including containment, lighting, and roadwork around the tanks. Fuel operations are to run concurrently with construction of new facility. 4 days will be allotted for tie in of new system with current system. Estimated Construction Range: More than $10,000,000. Duration of project is 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 1 Dec 2008, and the estimated proposal due date will be on or about 1 Jan 2008. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 17 November 2008. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: "Offerors name, address, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. "Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) "Offerors Joint Venture information if applicable existing and potential "Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 02:00 PM (MST) 21 October 2008. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Francesca Thomas, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505) 342-3496, Email address: francesca.m.thomas@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd2a491e01f9199406bd86ae3786c735&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM<br />
- Zip Code: 87109-3435<br />
- Zip Code: 87109-3435<br />
- Record
- SN01688612-W 20081008/081006215030-dd2a491e01f9199406bd86ae3786c735 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |