Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOURCES SOUGHT

Z -- Replace AAFES Fuel Tanks

Notice Date
11/27/2012
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-13-R-0010
 
Point of Contact
Richard L. Morris, Phone: 5757844312
 
E-Mail Address
richard.morris@cannon.af.mil
(richard.morris@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AFEES Fuel Tanks Request for Information The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services for the upgrade of the AAFES gas station by the replacement of the three existing vaulted storage tanks. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees regarding this project is prohibited. This FedBizOpps notice is an announcement seeking market information on vendors capable of providing the services as described herein. 27 SOCONS is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 237120, Oil and Gas Pipeline and Related Structures Construction, and the small business size standard is $33.5M. Description of Services The objective of this work is to plan and provide the required upgrade of the AAFES gas station by the replacement of the three existing vaulted storage tanks in accordance with the applicable safety and environmental specifications. This includes all necessary design, engineering, tank installation services in accordance with all attachments regarding this fuel system. Tanks must be 8,000 gallon double-walled storage tanks placed in the existing underground vault. Requirement of the courses shall include, but is not limited to, the following: a) Prepare a Work Plan detailing the installation and removal process including tank specifications. The Work Plan will include a Site Health and Safety Plan, drawings for the new tanks, and a description for installation for the new tanks and removal of the current system. The Work Plan will be completed in accordance with Cannon AFB standards, and will be in compliance with Federal, State, and local Regulations. Establish a schedule for A-E services including dates of anticipated site visits, team meetings and submission dates for 65% and 95% design documents and proposed schedule in coordination with design milestones. b) Provide a design of the double-walled storage tanks with detailed report highlighting the benefits to each system relating to maintenance, code jurisdiction and implementation. See Attachment 3 for prototype plans and specifications. c) Remove and replace all sections of concrete and concrete lids covering all three vaults, completely evacuate and properly dispose of hydrocarbon fuel from all tanks. Isolate existing tanks from any attached piping, wiring, and support systems and have the three tanks removed and disposed of. Pending the existing tank removal, the area will be classified a permit required confined space and all requirements of 29 CFR 1910.146 must be met. Remove existing piping and replace with fire rated double walled schedule 40 pipes approved for underground use. d) Provide and install three new 8,000-gallon, double-walled tanks installed in the existing underground vault. Each tank shall be a complete system from the manufacturer to include but not limited to; tank sump for submerged turbine pump, multi-port spill container for fill and recovery, level indicator, atmospheric vent, leak detector, overfill containment, and emergency vent. Contractor shall provide the manufacturer’s information, name plate, and serial number. Securely anchor the tanks to the concrete vault floor. e) New Tanks must comply with all current codes and regulations for minimum space requirements around the tanks and proper ventilation for each tank. Provide space around each tank to allow for visible inspection by a human. Provide adequate ventilation of the vault (NFPA 30/30A, 20 NMAC 5.4). f) Vault lids must be traffic rated. Vault and man-way lids must be liquid tight, reinforced concrete designed to withstand traffic loads and must be in compliance with (H-20) AASHTO H-20/HS-20 Loading. g) Provide tank monitoring/inventory control/release detection system including console with alarm capability, automatic tank gauging equipment, electronic line leak detectors for primary piping of double-walled product piping, sensors for all secondary containment (including tank, piping and dispenser sumps), an overfill alarm with acknowledgement switch. Tanks must have an emergency shut-off switch with transmission signal directly to the Fire Department if activated. h) Provide secondary containment beneath all gasoline dispensers. Secondary containment for fuel dispensers is required by Federal and New Mexico Regulations, 20 NMAC 5.4 and NFPA 30A. i) Prepare a Final Technical Report with as-built drawings of the new tanks and O&M Manual to allow for AAFES upgrades and operation of the system, including any warranty information. Obtain required permits to remove tanks and provide a full closure report on all three tanks. j) Work for tanks in the underground vault shall be done in accordance to Attachment 2 References and Attachment 3 Specifications. k) Optional Task 1: Provide design and associated cost of repair vault as necessary without replacing the vault, if found in poor condition. Possible repair may consist of a liner within the interior of the underground vault. l) Optional Task 2: Provide work plan for soil sampling and associated cost of removal of approximately 950 cubic yards of contaminated soil, if found and replacement of acceptable fill. m) Tank must be installed by a certified tank installer. Certifications shall be provided to the Government after award indicating the certification from the State of New Mexico. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Richard Morris, richard.morris@cannon.af.mil by December 7, 2012 @ 1400 MST. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Bonding capability (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; and (c) whether certified as a tank installer by the State of New Mexico (5) If you indicated your role as “Prime Contractor” on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your roll will be a “Subcontractor” on Question 4, please indicate which functional areas you intend to cover; (7) Indicate if your company primarily does business in the commercial or Government sector (8) Indicate which NAICS code(s) your company usually performs under for Government contracts
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-13-R-0010/listing.html)
 
Place of Performance
Address: Cannon AFB, New Mexico, 88101, United States
Zip Code: 88101
 
Record
SN02937335-W 20121129/121127234115-08ffedd55524d0d4dd6bcfc25732fa74 (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.