SOLICITATION NOTICE
C -- MATOC for Architect-Engineer (A/E) services for for pipeline integrity testing, hydrocarbon sensor testing, leak detection, condition assessments, optimization of fuel pipelines, and other related activities for DLA facilities worldwide.
- Notice Date
- 9/11/2015
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8903-FY16AEPIT
- 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
- N/A
- Description
- Air Force Installation Contracting Agency (AFICA)/ 772d Enterprise Sourcing Squadron (772 ESS), Air Force Civil Engineering Center (AFCEC), and its customer Defense Logistics Agency (DLA) hereby announces their intentions to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order (MATOC) for Architect-Engineer (A/E) contracts to support the DLA worldwide fuels infrastructure mission. The AE PIT MATOC will be issued using full and open competition. Approximately two contracts are anticipated to be awarded under this MATOC. The pool of contractors that receive an award will share the total contract capacity of $80M and a maximum task order limitation of $15M. Task orders are anticipated to range from $6M to $10M. Each contract will reflect a base period of five years. The primary North American Industry Classification System (NAICS) Code for this procurement is 541330, Engineering Services, with a small business size standard of $15M. Task orders will include A/E services for pipeline integrity testing, hydrocarbon sensor testing, leak detection, condition assessments, evaluations, optimization of fuel pipelines and for related facilities worldwide. The resultant MATOC will provide Architect-Engineering (AE) design services, to include environmental and engineering tests and evaluations at DLA-E Petroleum, Oil, and Lubricants (POL) facilities and fuel systems worldwide. Testing will include a variety of Federal/state/local and host nation required tests such as integrity, hydrocarbon sensor, leak detection and evaluations and to meet DLA-E requirements. The contractor will ensure testing equipment meets relevant standards and calibrations and will provide calibration reports and engineering evaluations as required to meet regulations and/or to comply with Unified Facilities Criteria (UFC), American Petroleum Institute (API) Standards, and Unified Facilities Guide Specifications (UFGS) Standard Designs. The contractor will obtain country clearance and site access authorization documents as required, to perform the field activities. The country clearance/entry request documentation is initiated by the Base POC and may require 60 to 90 days for approval. Some overseas tasks may require special planning and logistical support including on-site translation and/or interpretation. If required, the contractor will include in the condition report site-specific recommendations for compliance with the Pollution Prevent Act of 1990 and Executive Order 12856; provide fuel systems training, sustainable development recommendations, and prepare standard operating procedures (SOP) for fuel systems. The contractor will address and interpret the various aspects of facility design and environmental laws and regulations, including preparing for and providing expert testimony; if required. The contractor will provide the labor, materials, and subcontracting services necessary to conduct studies and testing/inspection services in support of DLA-E's Storage Tank Management Program at designated installations. The contractor will provide POL system integrity testing and condition reports, release detection, optimization and pollution prevention activities in support of DLA-E, POL facilities, and DoD fuel facilities worldwide. POL facilities for which services will be provided include, but are not limited to, loading and off-loading facilities; tanks; hydrant fueling systems; pipelines; secondary containment; vehicle service stations; soil/groundwater treatment systems; all related mechanical, electrical, control systems; and security requirements. Contractor support services will include all phases of Task Order Management to include preparation of a WBS, Scheduling and Planning Chart, Cost & Status Report, Subcontractor Procurement, Kickoff Meetings, Regulatory Meetings, support of Federal/state/local review, Regulation Applicability Studies, Compliance Audits, Engineering Evaluations, and Leak Strategy Evaluations. Leak Detection testing includes both bulk pipeline and underground storage tanks. Contractor staffing will include Management Support Personnel including Program Manager, Sr. Project Manager, Field Team Leads, Sr. Administrative Assistants, Sr. Procurement Specialists, and Project Controls Specialists. Field Staff will include Sr., Mid, and Jr. level Engineers and Scientists capable of evaluating pipeline and UST systems for compliance related issues and strategic testing locations. Reporting will include CADD services and summarize all testing results. The contractor shall be versed in all phases, facets, and technologies involved in both bulk pipeline and UST leak detection services. The contractor's staff will directly procure, manage, and evaluate results based on Federal/state/local requirements. IMPORTANT NOTICE: All contractors proposing on Department of Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement applies to all Department of Defense contract awards, regardless of the media used. The solicitation documents for this MATOC requirement will be issued in electronic format only and will be made available online on or about 5 October 2015 via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number FA8903-FY16AEPIT. SF330 responses will be due on or about 12 November 2015. You must be registered with the FBO website to download the solicitation documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2b2d36c70a6f028fc94d4a8dd4e5b401)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN03882109-W 20150913/150911235456-2b2d36c70a6f028fc94d4a8dd4e5b401 (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 |