Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2014 FBO #4771
DOCUMENT

Z -- P-1509 Replace Fuel Pipeline at MCAS Miramar - Attachment

Notice Date
12/15/2014
 
Notice Type
Attachment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
Solicitation Number
N6247315R1608
 
Response Due
1/15/2015
 
Archive Date
1/30/2015
 
Point of Contact
Victoria Brizuela
 
E-Mail Address
ia.brizuela@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes for the design-bid-build construction project to replace the existing JP-5 underground issue and return piping to existing fueling stations at Marine Corps Air Station (MCAS) Miramar, CA. The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Economically Disadvantaged Women-Owned Small Businesses. 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 Sources Sought Synopsis is one facet in the Government ™s overall market research in regard to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the analysis. Since this is a Sources Sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. The North American Industry Classification System (NAICS) Code is 237120 (Oil and Gas Pipeline and Related Structures Construction) with a Small Business Size Standard of $36.5 million, average annual gross receipts for the preceding three fiscal years. The purpose of this project is to provide improved system performance and more effectively ensure JP-5 quality fuel to aircraft. The project will consist of the following work: The work includes Demolition and complete removal of existing JP-5 underground issue and return piping to the existing fueling stations. Existing system requiring demolition consists of issue and return carbon steel piping from the In-Line Manifold to the four (4) existing direct fueling station a. The work includes demolition of the existing JP-5 underground issue and return piping system. Existing system requiring demolition consists of entire 14-inch issue and 4-inch return piping from the In-Line Manifold to the four(4)existing direct fueling stations (numbers 1 through 4). b. Issue and return main line JP-5 piping (Installation of approximately 5,000 linear feet of new underground JP-5 piping which includes the following): (1) 12-inch issue and 12-inch return main line JP-5 piping (2) 8-inch issue and 8-inch return header/branch pipe (3) 6-inch issue line to fueling station and 4-inch return line (4) Earthwork, cathodic protection and leak detection is also included in the pipe installation. (5) New issue piping will be stainless steel and new return piping will be carbon steel. (6) Approximately 168 linear feet of existing pipe tunnel will be utilized after the existing fuel piping is removed between fueling stations 1 and 2. c. Paving, site preparation and new aircraft apron concrete replacement will be included in this project to support the installation of the new JP-5 piping system. d. Some hazardous soils are anticipated being encountered when excavating for the new POL pipelines. The contractor is limited to the proper removal and disposal of hazardous soils encountered in the execution of their POL pipeline work under this contract. The estimated total contract price is $6,000,000.The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to replace the fuel pipeline at MCAS Miramar, San Diego, California. Interested sources are invited to respond to this Sources Sought announcement by using the form provided under the file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 1 single sided 8 ½ x 11 pages for a cover letter. In the Sources Sought Information form please provide the following information: 1) Contractor information: Provide your firm ™s contact information. 2) Type of Business: Identify whether your firm is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Woman-Owned Small Business, or Small Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of five Government or commercial contracts/projects your firm has completed in the last seven years, demonstrating your experience with projects of similar size, scope and complexity as the work indicated above. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, type of contract, a narrative description of the product/services provided by your firm, and customer information including point of contact, phone number and email address. If the design was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house and contract completion date. Indicate whether you have an established working relationship with the design firm. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. Responses to this Sources Sought announcement are due no later than 2:00 P.M. (PST) on 15 January 2015. Please address your response to NAVFAC Southwest, Coastal IPT, Attn: Victoria Brizuela, 2730 McKean St, Bldg. 291, Naval Base San Diego, CA 92136. You may also email your response to viactoria.brizuela@navy.mil. Responses received after the deadline or without the required information shall not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247315R1608/listing.html)
 
Document(s)
Attachment
 
File Name: N6247315R1608_N6247315R1608_Sources__Sought_Info__Form.doc (https://www.neco.navy.mil/synopsis_file/N6247315R1608_N6247315R1608_Sources__Sought_Info__Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247315R1608_N6247315R1608_Sources__Sought_Info__Form.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03595916-W 20141217/141215234408-667f5890f129bbde5540cbc5381f837c (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.