SOURCES SOUGHT
Y -- Small Business Source Sought for DoD Petroleum, Oil, & Lubricant System Repairs in PACAF and USAFE
- Notice Date
- 8/31/2015
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FY16DoDPOL_Construction
- Point of Contact
- Katie B. Cockerill, Phone: 2103958588
- E-Mail Address
-
katie.cockerill@us.af.mil
(katie.cockerill@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Air Force Installation Contracting Agency (AFICA)/772d Enterprise Sourcing Squadron (772 ESS) and Air Force Civil Engineering Center (AFCEC) is seeking information concerning the availability of experienced SMALL BUSINESS firms that provide construction and repair for Department of Defense (DoD) Petroleum, Oil, and Lubricant (POL) systems in the Pacific region (PACAF) and/or European region (USAFE). The NAICS code for this work is 237120, Oil and Gas Pipeline and Related Structures Construction, with a size standard of $36.5M AFICA/772 ESS intends to solicit and award several firm-fixed price stand-alone contracts in PACAF and USAFE for DoD POL system repairs, with projects ranging from $500,000 to $5,000,000. Each contract will be for DoD POL system repairs (as defined below) at one of the locations identified below, with contracts ranging from $500,000 to $5,000,000. Solicitations are expected to occur in late FY15 to FY16. "DoD POL system repairs" is defined as any construction for new, additions to, repairs, or upgrades of DoD POL facilities including above ground storage tanks, underground storage tanks, cut-and-cover tanks, hydrant fuel distribution systems including pumps, valves, hydrant and filter separators, bulk storage systems, transfer pump houses, and controls, buildings including pump houses, petroleum operations buildings, fuel truck maintenance buildings, or generator buildings. Work could also include new, repairs, upgrades, or additions to POL facility-related site utilities, aircraft parking aprons, containment areas, (pavement and drainage basin), fuel pits, fill stands, or POL facility-related cathodic protection, fire protection, special coatings and paints, asbestos/lead paint removal, or demolition of existing DoD POL tanks and buildings. The contractor will be required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials and supervision necessary to perform any of the above requirements. The purpose of this request for information (RFI) is to locate interested SMALL BUSINESSES that are EXPERIENCED with work as outlined above and that they are capable of performing the requirements at ANY of the following locations: PACAF LOCATIONS: Japan South Korea Wake Island Guam Diego Garcia USAFE LOCATIONS: Spain Italy Azores (Portugal) Germany United Kingdom Turkey Small Business Contractors experienced with DoD POL system repairs that ALSO have construction experience in one of the above locations, are requested to provide the following information: •1) Company name, Cage Code, DUNS, and Address. •2) Point of contact and applicable telephone numbers and e-mail addresses; •3) Any small business status for NAICS 237120 (General Small Business, 8(a) Small Business, Service Disabled Veteran Owned Small Business, HUBZone Small Business). •4) Brief summary of construction/repair experience of DoD POL systems, to include a list of DoD POL projects (title with brief description, location, and value). Please also identify whether your firm provides all Project Management and oversight (Superintendent, Safety Manager, Quality Control Manager) or if this oversight is provided by a teaming partner/major subcontractor. *As DoD POL systems are unique, please do not provide information on commercial fuels work performed.* •5) Using the list of PACAF/USAFE countries identified above, please provide a list of the countries where your company has performed construction. This work does not need to be for DoD POL system repairs - for this information, we are looking for Small Business firms familiar with each country's laws, tax regulations, subcontracting requirements, Status of Forces Agreement (SOFA), etc. Request responses be provided no later than 16 September 2015 and forwarded to Katie Cockerill via e-mail: katie.cockerill@us.af.mil. Note that the Air Force's email system does not accept files larger than 4MB. Contact with Government personnel by potential offerors or their employees regarding this project is strictly prohibited. The contracting officer will post all information regarding these solicitations as soon as it becomes available. This RFI shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Formal solicitations will be executed and posted separately at a future date. The AFICA 772 ESS is interested at this point only in identifying interested and capable Small Business contractors for this work as part of the market research effort. Small Business (SB) Set-Aside Determination: The Government reserves the right to determine if a SB set-aside is appropriate, as well as one of the targeted socio-economic programs (HUBZone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 U.S.C. 637(a)), or Service Disabled Veteran Owned Small Business), based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/afe4effdf411caf6edf4bdeae6bbdfa4)
- Place of Performance
- Address: PACAF and USAFE regions, United States
- Record
- SN03864198-W 20150902/150831235910-afe4effdf411caf6edf4bdeae6bbdfa4 (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 |