Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOURCES SOUGHT

Y -- Design/Bid/Build (Pipeline removal) services for Casco Bay-to-Brunswick Naval Air Station Pipeline, Harpswell and Brunswick, Maine

Notice Date
1/15/2009
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R7031
 
Response Due
2/7/2009
 
Archive Date
3/2/2009
 
Point of Contact
Larry Scheible(757)444-0684lawrence.scheible@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design/Bid/Build (Pipeline removal) services for Casco Bay-to-Brunswick Naval Air Station Pipeline, Harpswell and Brunswick, Maine Description of proposed project: The Navy proposes to remove a 7.25 mile portion of pipeline that extends through privately held properties from the northern boundary of Mitchell Field in Harpswell, Maine (formerly the Defense Fuel Support Point (DFSP)-Casco Bay fuel terminal) to the southern boundary of the Brunswick Naval Air Station. This portion of the pipeline consists of a 30 foot wide easement and right-of-way through South Harpswell and Brunswick, Maine. The pipeline consists of two separate pipes that were used to transfer jet fuel, primarily JP-5, from 1952 until 1991 when the pipeline was taken out of service. The pipeline is constructed of two separate carbon steel pipes with welded joints, tar exterior coating, and a fire resistant asbestos wrapping. The depth of the pipeline ranges from approximately 1.7 to 7.3 feet below ground surface with an average depth of 3.5 feet below ground surface. The total amount of land disturbance that would be required to re! move the pipeline is approximately 26.36 acres. The proposed pipeline removal includes clearing selected portions the land easement containing the pipeline; excavation of the pipeline; and processing removal of the asbestos containing wrapping and steel pipe. Portions of the 7.25 mile long easement and right-of-way may need to be cleared. The easement consists of 115 parcels of private property in South Harpswell and Brunswick, Maine. A utility survey is required to identify utility right-of-ways and where public and private utilities are present within the easement. Wetlands are present along the easement. Routine maintenance of the pipeline easement ceased when the pipeline became inactive in 1991; therefore, clearing selected portions of the 30 foot wide easement would be necessary to allow movement of excavation equipment and haulers to transport the removed sections of pipeline. The entire 7.25 mile pipeline is required to be removed and includes aboveground and underground fuel system piping and associated appurtenances located within the easement. From the fuel terminal in Harpswell, the pipeline consists of a 6 inch diameter pipe and a 10 inch diameter pipe which both extend one mile to a concrete "scraper pit." The scraper pit is a partially buried concrete vault, approximately 26 feet long 22.5 feet wide, and 7.5 feet deep, used for accessing and cleaning the pipelines. At the scrapper pit, the 10 inch pipe is reduced to an 8 inch pipe. From the scraper pit, the 8 inch pipe and the 6 inch pipe extend the remaining 6.25 miles to Brunswick Naval Air Station. Associated appurtenances include concrete markers, pipeline signage, cathodic protection system test stations, the scraper pit structure, and various values, fittings, and flanges connected to the pipeline (including asbestos-containing gaskets) located within the scraper pit structure.! The pipeline was drained, cleaned ("pigged"), and pressurized with nitrogen in 1991 when the pipeline became inactive. Pressurization with nitrogen was maintained until August 1995, when the pressure was lost due to demolition of the valve system at the Brunswick Naval Air Station fuel farm. Following removal of the pipeline, an assessment of soils directly below the original location of the pipeline is required. Soil samples are required to be collected in duplicate at 25 foot intervals along the length of the pipeline and initially screed on-site using a photo ionization detector. Site restoration includes rough grading along the easement with imported clean backfill, as well as driveway and roadway crossings repaired to applicable State or Town requirements. Stabilization of disturbed soils includes finish grading and native grass seed application. The steel pipe is wrapped with a tar exterior coating and a fire resistant asbestos wrapping. The asbestos wrapping may be considered friable under deteriorated conditions; however, in general this type of wrapping in non-deteriorated condition may be considered a non-friable asbestos-containing material (ACM). Transportation and disposal of ACM waste are regulated by Maine Department of Environmental Protection (DEP). Friable asbestos can be transported by Maine DEP licensed "non-hazardous waste transporter" to a landfill approved to accept friable asbestos. Intact non-friable asbestos waste, which is removed whole, can be disposed of at landfills in accordance with the landfill's license requirements. The budget magnitude is between $5,000,000.00 and $10,000,000.00. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services prior to 30 August 2009. The appropriate NAICS code for this procurement is 237120. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. ! It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include number of employees, office location(s), available bonding capacity per contract, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE NLT 07 FEBRUARY 2009, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail or hand carried, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214)Norfolk, Virginia 23511-3689Attn: Larry Scheible Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Larry Scheible either by email at Lawrence.scheible@navy.mil or phone 757-444-0684.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4980a44bc6920160d127be1abaea3c2&tab=core&_cview=1)
 
Record
SN01733411-W 20090117/090115220157-7d148cd86d8fe4552c20664014b398f8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.