Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOURCES SOUGHT

Z -- Fuel Hydrant System and Airfield Project

Notice Date
1/26/2015
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
157 MSG/MSC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, NH 03803-0157
 
ZIP Code
03803-0157
 
Solicitation Number
W912TF-15-R-0501
 
Response Due
2/16/2015
 
Archive Date
3/27/2015
 
Point of Contact
Jeff Walz, 16032271585
 
E-Mail Address
157 MSG/MSC Contracting Office
(jeffrey.g.walz.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. ALL INFORMATION SHALL BE PROVIDED FREE OF CHARGE TO THE GOVERNMENT. The New Hampshire National Guard Joint Contracting Office is conducting market research to identify businesses which have the capability to perform work necessary to repair and replace an existing Fuel Hydrant System and associated Airfield Pavement at Pease Air National Guard Base (ANGB), near Portsmouth NH. The information received will assist with determination of an acquisition strategy and be used to gain knowledge of potential small business sources capable of providing support under the following certified Programs: Small Business, Small Business 8(a), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUB Zone, Women-Owned Small Business and Economically Disadvantaged Woman-Owned Small Business. The determination of acquisition strategy is solely with the government and will be based on this market research and information available to the government from other sources. The applicable North American Industry Classification System (NAICS) code is 237120, Oil and Gas Pipeline and Related Structures Construction, and the related small business size standard is $36.5 Million. The estimated dollar magnitude of this project is between $5 Million and $10 Million dollars. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY with the intent of awarding a firm fixed price contract. PROJECT DESCRIPTION: The Construction Services to be performed under the firm fixed price contract will consists of furnishing labor, plant, materials, and equipment, and performing work necessary to repair and replace existing Fuel Hydrant System and associated Airfield Pavement, Pease ANGB, near Portsmouth NH. The upcoming transition from KC-135 to KC-46 aircraft will require modifications to the existing aircraft parking plan to accommodate the larger aircraft size. As such, the project will add/alter the existing fuel loop system on the existing parking apron to take the southernmost existing loop out of service and replace it with a new loop that will service the proposed aircraft parking configuration. Further in support of this add/alter project, three new hydrant pits will be installed and several existing hydrant pits and vents will be removed or adjusted. The fueling system will be re-commissioned by the contractor following this work. The fueling system is a Department of Defense Pressurized Hydrant Fueling System Type III per AW-78-24-28. The following is a summary of the fuel system work required: (a)Replacement of the existing hydrant loop beginning at Isolation Valve Pit (IVP) #4 and serving aircraft parking positions on 3 Row and 4 Row. New loop will consist of a 10 inch stainless steel carrier pipe and a 14 inch carbon steel containment pipe. The total length of new loop is approximately 1890 feet. (b)The existing portion of the hydrant loop serving 3 Row and 4 Row is 10 inch stainless steel carrier pipe and a 14 inch fiberglass containment pipe. This portion of the hydrant loop will be drained, made vapor free and filled with grout. (c)Installation of two (2) new hydrant pits on 4 Row and one (1) new hydrant pit on 5 Row. (d)Installation of low point drain and high point vent pits in the new loop. (e)Removal of four (4) existing hydrant pits on 3 Row, four (4) existing hydrant pits on 4 Row and two (2) existing hydrant pits on 5 Row. (f)Removal of two (2) high point vent pits and an Isolation valve pit in the loop being replaced. (g)Removal of the pits will consist of removing all internal equipment, pit lids and demolishing the entire slab in which they are located. The fiberglass pits will be removed to a point at least one foot below the new replacement pavement section depth. The portion of the pit remaining will be filled with suitable backfill material. All usable parts will be turned over to the Government. (h)Provide cathodic protection system for carbon steel containment pipe. All new piping will be cathodically protected. (i)Provide a system to monitor space between the carrier and containment pipes for leaks in accordance with the requirements of New Hampshire Code of Administrative Rules, Section Env-WM 1402.25, Interstitial Leak Monitoring for New AST Systems. This will be done by continuously monitoring liquid accumulation at the low points of the new piping system. (j)Modify the current Hansa Leak Detection System software to reflect the change in the length of underground piping or replace with a new system. (k)Install electrical conduit adjacent to the new loop piping to run conductors from low point level switches. (l)Power for the cathodic protection system will come from one of the buildings near IVP#4. In addition to these fueling system related changes, the project will repair/replace airfield pavement that is incidental to the replacement/upgrade of the fueling system, as well as repl ace pavement as needed to address the aircraft movement requirements of the new apron parking layout including reconstruction of several fillets around the perimeter of the parking apron, replacing damaged/failing pavement within the apron in approach to the hangar apron connector, widening the hangar apron connector taxiway, and providing new lead-in striping for the maintenance hangars. The following is a summary of the pavement work required: (a)Concrete slabs (25'x25'x14 quote mark ) on the parking apron will be removed and replaced to accomplish the work of removing existing hydrant fueling pits and the installation of new pits for the revised aircraft parking layout. Additionally, four taxiways along the apron require fillet widening for the new aircraft main gear to track full strength pavement when turning to enter/exit the apron. Two options are included for the fillet widening, a full depth asphalt pavement section or a concrete pavement section. The northern most infield along Taxiway D will be paved in its entirety. An existing storm drain inlet will be removed. (b)The taxiway providing access to the aircraft hangars will be relocated just south of the existing taxiway. This will allow for additional maneuverability onto the apron with the larger aircraft and proposed hangar expansion for the two hangars on the north end of the ramp. This alignment will maintain minimum wingtip clearance to the existing hangars on the south end of the ramp. An existing loading dock to the south of the taxiway will be demolished and the turfed area re-graded. Complete removal of the existing taxiway is proposed as an optional line item to this contract. The volume of Portland cement concrete airfield pavement is on the magnitude of 1,600 cubic yards for the project. Specification for the material will consider what can reasonably be produced and provided by local concrete suppliers. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. Interested firms should submit using the attached Sources Sought Info Registration Form demonstrating the ability to perform work listed above. Packages should include the following information: 1. Company name as registered in SAM, address and business size under NAICS Code 237120. 2. Identify small business type, if applicable (HUBZone, VOSB, SDVOSB, WOSB, 8(a), etc). 3. Provide firm's Individual Project Bonding limit and Total Aggregate Bonding Capability available to perform the required work. 4. Description of capability to perform the proposed synopsis, prepare and comply with various environmental documents and permits, and capacity to execute this project with other ongoing contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 80% complete within the past five years. The past performance information should include project title, location, general description to demonstrate relevance to the proposed synopsis, the Offerors' role, dollar value of contract, and agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). All projects submitted must be performed as the Prime contractor. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. Prospective contractors must be registered in the System for Award Management (SAM) to be eligible for a contract award. Firms can register via the SAM internet site at http://www.sam.gov. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. All interested Small Business firms are encouraged to respond by e-mail to MAJ Jeff Walz, Contract Specialist at jeffrey.g.walz.mil@mail.mil no later than monday, February 16, 2015, 2:00 PM EST; by submitting all requested documentation using Source of Sought Info Registration Form. Submittals will not be returned. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Large Businesses need not respond. Contracting Office Address: NH-NG Joint Contracting Office ATTN: MAJ Jeff Walz 302 Newmarket Street Bldg 145, 2nd Floor Pease ANGB NH, 03803-0157 Place of Performance: Pease Air National Guard Base Portmouth NH, 03803 United States Primary Point of Contact: MAJ Jeff Walz jeffrey.g.walz.mil@mail.mil Phone: 603-227-1585 Alternate Point of Contact: Mr. Scott L. Ballweg Scott.l.ballweg.civ@mail.mil Phone: 603-715-3670
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27-1/W912TF-15-R-0501/listing.html)
 
Place of Performance
Address: 157 MSG/MSC Contracting Office 302 Newmarket ST Bldg 145, PEASE ANGB NH
Zip Code: 03803-0157
 
Record
SN03624707-W 20150128/150126234539-6a7df219ee45614f471bc3a1e3ca8f70 (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.