Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2009 FBO #2940
SOLICITATION NOTICE

Y -- Aviation Fuel System Replacement -- Fairchild Air Force Base, Washington

Notice Date
12/10/2009
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-10-R-0018
 
Response Due
2/3/2010
 
Archive Date
4/4/2010
 
Point of Contact
STAN CARUTHERS, 206-764-6575
 
E-Mail Address
US Army Engineer District, Seattle
(robert.s.caruthers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINATION SOURCES SOUGHT AND PRESOLICITATION NOTICE. THE PURPOSES ARE TO, 1) ISSUE A PRESOLICITATION NOTICE FOR AN UPCOMING CONSTRUCTION PROJECT AT FAIRCHILD AIR FORCE BASE, WASHINGTON, AND 2) PUBLISH A SOURCES SOUGHT NOTICE TO CONDUCT MARKET RESEARCH FOR AN ACQUISITION STRATEGY FOR THIS TYPE OF PROCUREMENT. DEPENDING UPON RESPONSES FROM POTENTIAL SMALL-BUINESSS PRIME CONTRACTORS, THE FINAL SOLICITATION WILL EITHER BE SET ASIDE FOR SMALL BUSINESS, OR ISSUED ON AN UNRESTRICTED BASIS. SOURCES SOUGHT responses will be used by the Government to make appropriate acquisition planning decisions see submission requirements below. The full solicitation is not currently available. After review of responses to this notice, and if the Government still plans to proceed with the acquisition, the final (full) solicitation will be published in FEDBIZOPS on or about 29 December 2009. There will be no further synopsis published. Project Description: The Seattle District, US Army Corps of Engineers, has a design-bid-build competitive requirement for the replacement of an existing undersized and aged jet fuel transfer pipeline, repair of a bulk fuels storage tank truck off-loading area, to include a fuel spill containment system and a receiving filter separator station. The project entails construction of a 10-inch diameter JP-8 jet fuel transfer pipeline including protective coating, warning tape, impressed current cathodic protection system with test points, full port valves, long radius bends, pig launch and receiving stations (option), high/low point drains, isolation valves, and valve pits with rolling covers from the bulk storage area to the Hydrant Fuel System operating tanks. Pipeline will be routed to minimize length and maximize access for future maintenance. Contractor will be required to abandon in-place, in the most economical manner, the existing 8-inch transfer piping. Upgrade existing bulk storage truck off-load area/spill containment system. The pipeline must be completely reliable. The truck off-load system must provide rapid, efficient alternate/emergency tank truck off-load operation, and provide spill containment. The spill containment system will be built to meet 40 CFR 112.7 and hold the maximum capacity of any single compartment of a loaded tank truck. Upgrade of the existing bulk storage off-load area will consist of replacing two remote 300 GPM off-load pumps with three skid-mounted 300 GPM off-load pumps, replace existing 10 posotion truck offload with 3 position offload including curbs and drains at existing pavement for spill containment, relocate existing security fencing, electrical service and provide a new emergency generator. The price range for this project is $5,000,000 to $10,000,000 and the completion period is 540 calendar days after the contractor's receipt of the Notice to Proceed (NTP). The applicable NAICS code is 237120, and for the purposes of this procurement, a concern is considered a small business if its average annual gross revenue, taken for the last 3 fiscal years, does not exceed $33,500,000. SOURCES SOUGHT SUBMISSION REQUIREMENTS: Firms responding to the Sources Sought Phase of this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered 1 through 5. Deadline is 21 December 2009. (1) Provide five examples of projects similar to the construction of a fuel pipeline system performed within the past three years. These projects should be relevant in terms of size, scope, and complexity. Experience in construction of aviation fuel storage, transfer, dispensing systems and fuel related facilities and infrastructure is relevant in terms of scope. Each project should have a detailed project description and include the amount of the project, and the beginning and end dates of the project. (2) For the five relevant example projects requested in item one (1), indicate whether you were the prime or a subcontractor. If you were the prime, indicate what percentage of the work you performed. If you were a subcontractor, identify your role in the contract and why that role is relevant. (3) Provide a statement of bonding capability, to include your firm's single contract bonding capacity and your aggregate bonding capacity. (Please do not provide actual bonds.) (4) Provide a list of the firm's current on-going projects, their bonded amount, their expected completion date, and the name, point of contact, and phone number of the prime contractor's bonding company. (5) Provide the Firm's name, address, the size of the firm, and DUNS number. Responses to the sources sought phase of this synopsis may be forwarded to the attention of Stan Caruthers, Contract Specialist, by email: Robert.S.Caruthers@usace.army.mil or Fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS-M Attn: Stan Caruthers, 4735 East Marginal Way South, Attn: Seattle, Washington 98134-2329. Responses should be received as soon as possible, but no later than 21 December 2009. NOTE: This synopsis neither constitutes a Request for Proposal nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought portion of this synopsis should not be construed as a commitment by the Government for any purpose. Depending on the Sources Sought results, this project may be set aside for small business or executed using unrestricted, full and open competition. Once the Government selects the appropriate Acquisition Strategy, the requirement will be a Best Value procurement, conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15. The final solicitation will issued as a Request for Proposals (RFP), which will result in a negotiated firm-fixed-price contract. Solicitation documents for this project will be available on or about 29 December 2009, via FedBizOpps.gov at https://www.fbo.gov/ under solicitation number W912DW-10-R-0018. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOpps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-R-0018/listing.html)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02020711-W 20091212/091210234510-04f27795f7133246d89d40e9bc592bf9 (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.