SOURCES SOUGHT
Y -- JBE030 Construct Truck Off-Load Facility at Joint Base Elmendorf-Richardson (JBER), Alaska
- Notice Date
- 4/15/2016
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-JBE030
- Point of Contact
- Julie C. McLaughlin, Phone: 9077532894, Theresa M Afrank, Phone: 907-753-2739
- E-Mail Address
-
julie.c.mclaughlin@usace.army.mil, theresa.m.afrank@usace.army.mil
(julie.c.mclaughlin@usace.army.mil, theresa.m.afrank@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTIFICATION ONLY AND NOT A REQUEST FOR PROPOSAL JBE030, TRUCK OFF-LOAD FACILITY, JBER, ALASKA The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work: Construct a truck off-load facility at Joint Base Elmendorf-Richardson (JBER), Alaska, adjacent to the existing Bulk Fuel Facility north of Airlifter Drive. The truck off-load facility will be the secondary means of aviation fuel resupply, designed to meet the average daily demand and contingency requirements of 1,300,000 gallons per day. JBER bulk storage tank farm receives Jet A-1-Additized (F-24) fuel from the North Jet Pipeline that originates from the Crowley Terminal located at the Port of Anchorage (POA). The truck off-load facility will become the secondary means of resupply, designed to meet the average daily demand and contingency requirements of 1,300,000 gallons per day. The new truck off-load facility will provide an alternative means of fuel resupply that is not dependent on the North Jet Pipeline. The project will include a four-position truck off-load rack, allowing simultaneous off-load of four commercial tanker trucks by gravity into a 20,000 gallon, doublewall steel underground (direct-buried) drop tank. Three vertical turbine distribution pumps in the drop tank will transfer the fuel via aboveground piping through the Bulk Fuels Facility's existing receipt filtration system to the bulk storage tanks. The pumps and electrical equipment associated with the facility, as well as the off-load rack's containment pad will be covered by an open-air canopy. The offload rack will include a secondary containment pad and spill prevention measures. Other site amenities include access driveways, security fencing and gates, emergency generator connection and LED site lighting. The applicable North American Industry Classification System (NAICS) code is 237120. The small business size standard for this NAICS Code is $36.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 10 May 2016, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (McLaughlin), PO Box 6898, JBER, AK 99506-0898 or via email to Julie.C.Mclaughlin@usace.army.mil and theresa.m.afrank@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and business size under NAICS 237120. (2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc). (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. (4) Provide firm's single project bonding limit and information on the organizational and financial resources. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/ available to perform the required work. Estimated magnitude of construction is between $1,000,000 and $5,000,000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-JBE030/listing.html)
- Place of Performance
- Address: JBER, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN04085262-W 20160417/160415233958-839da9cf0920836d0a63ec99b53512a3 (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 |