Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOURCES SOUGHT

H -- Sources Sought Notice # W9128F-15-M009 - Architect-Engineer (A-E) Services for Fuels Leak Detection

Notice Date
8/7/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-15-M009
 
Response Due
9/8/2015
 
Archive Date
10/8/2015
 
Point of Contact
Tyler Hegge, 4029952048
 
E-Mail Address
USACE District, Omaha
(tyler.hegge@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice W9128F-15-M009. DESCRIPTION This is a sources sought notice used for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. Response to this Sources Sought notice is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This Sources Sought is open to all businesses, regardless of size. The NAICS code for this action is 541330 Engineering Services. 541330 Engineering Services: This industry comprises establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. The proposed acquisition will be for Architect-Engineer (A-E) services procured using procedures defined in the Brooks Act, the Federal Acquisition Regulation (FAR) and FAR Supplements. SCOPE OF WORK The Omaha District of the U.S. Army Corps of Engineers (USACE) is seeking sources to perform A-E Services for Fuel facilities leak detection testing of capitalized off-loading facilities, underground storage tanks, loading facilities, hydrant fueling systems, pipelines and vehicle service stations. All testing shall meet all Federal, State and local/Host Nation regulatory requirements and/or DLA/DoD requirements. As directed by USACE and DLA Energy, testing shall be performed using U.S. EPA Third Party Evaluated, Nation Work Group on Leak Detection Evaluations listed methodologies. Work will be performed at Army, Air Force, Navy, Marine Corps, National Guard and DLA Energy fuel facilities, and other fuel related facilities of interest to the Government at CONUS and OCONUS locations. Services may apply to new construction, upgrades, inspections, maintenance or repair. This Sources Sought Notice is part of the market research activities, and your responses are requested to identify potential sources that have the knowledge, skill, experience and past performance to deliver quality services on time and within budget. USACE is especially interested in your firm's qualifications (within the last five years) for the following: 1. Fuel facilities leak detection testing of capitalized assets including off-loading facilities, storage tanks, loading facilities, hydrant fueling systems, pipelines and vehicle service stations. All testing shall meet all Federal, State, and local/Host Nation regulatory requirements and/or DLA/DoD requirements. Work will be performed at Army, Air Force, Navy, Marine Corps and DLA Energy fuel facilities, and other fuel related facilities of interest to the Government at CONUS and OCONUS locations. Services may apply to new construction, upgrades, inspections, maintenance, or repair. In addition, the ability to analyze available release detection methods, required detection thresholds and determine most applicable release detection method for each specific system component will be required. 2. Support for unscheduled or unplanned test actions at new or identified sites at Army, Air Force, Navy, Marine Corps and DLA Energy fuel facilities, and other fuel related facilities of interest to the Government at CONUS and OCONUS locations. These other test actions may include leak detection related rapid responses to fuel leaks; leak location and incidental repair; retests; annual pressure tests; and 5-year UFC tests. 3. Expert leak detection consulting and engineering support to assist the day-to-day execution of the program including strategy development in response to support DLA Energy correspondence and meetings with EPA and other regulatory agencies, technical briefing support, technical discussions with Service Points and SRM programs, definition/review and development of policy and best management plans, review of leak detection methodology and situational application. 4. Environmental compliance-related consulting and engineering services for DLA Energy Fuel Facilities, including but not limited to leak detection testing, spill bucket testing, pressure testing, hydrocarbon sensor evaluations, audits and optimization studies, MILCON leak evaluations, leak strategy evaluations, and fuel system evaluations and equipment certifications. This will require contracting with appropriate third party independent leak detection testing firms and perform the testing including annual and five year tests. The Prime contractor is responsible for the coordination between the third party testing firms and the facility being tested with such critical issues as ensuring certification and calibration of equipment, dig permits, site access, temporary system modifications, or other logistics 5. Appropriate oversight including fieldwork or unannounced audits of the field in an effort to provide Quality Control (QC) of the testing processes. Responsible for the QC of the testing companies report relative to data collected, systems testing, results, evaluations and conclusions. Contractor is required to provide independent analysis of the data, conclusions, and recommendations and certifies results via a professional engineer stamp and signature for each testing report. 6. Development, implementation, and maintenance of project schedules, events, status of resources, report(s), and progress toward accomplishing project objectives regarding technical support to facilitate the on-going management of the leak detection program. 7. Develop Programmatic and site specific Work Plans (WPs) and Health and Safety Plans (HASPs). 8. Additional consulting and engineering services including, but is not limited to: leak detection strategy evaluations; regulatory meeting with federal, state, and local regulators; SPCC updates; developing/updating Tank Management Plans; compliance audits; SRM and MILCON Project Leak Detection evaluations; miscellaneous compliance requests; and hydrocarbon sensor evaluations. SUBMISSIONS Capabilities and response submittals must be received no later than 2:00 PM Central Standard Time on 8 September 2015. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to execute the aforementioned Scope of Work requirements should submit a capabilities statement package. The submission shall be prepared in Microsoft WORD 2000 or greater, no more than ten (10) pages, not including the Cover Letter, single spaced, 10 point font minimum. 2. The Cover Letter shall include: the company name, point of contact, telephone, email, and internet address. COMPANIES SHALL INDICATE WHETHER OR NOT THEY ARE A SMALL BUSINESS. If Small Business, state the business size status (i.e. Small Business (SB), Small Disadvantaged Business (SDB), Women -Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (Hub Zone), Section 8(a)) 3. The capability statement package must demonstrate and address the Scope of Work as described above and, if applicable, discuss current successful teaming arrangements, Joint Ventures, or Mentor-Prot g agreements held with other business concerns, large or small businesses, engaged in this type of work. 4. This Sources Sought is for planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Fed Biz Ops website for any resultant or future solicitation package(s) that may be issued. 5. Results of the market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine and document the capabilities and capacity of contractors to provide services as described in the Scope of Requirements. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. This is a sources sought synopsis to be used in planning a future acquisition, please do not send in any cost proposals or cost information. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov, and/or www.acquisition.army.mil/asfi/. As such, it is the potential offerors responsibility to monitor the above mentioned sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES ONLY. E-mail your responses and any questions to US Army Corps of Engineers - Omaha District at: tyler.hegge@usace.army.mil, ann.young@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-M009/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN03828971-W 20150809/150807235017-83a58c3cd10c6dead76aeb8afe50f26e (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.