Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2020 SAM #6813
SOLICITATION NOTICE

Y -- Hydrant Fueling Systems Alterations

Notice Date
7/23/2020 12:35:37 PM
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S20R6003
 
Response Due
9/10/2020 11:00:00 AM
 
Archive Date
10/15/2020
 
Point of Contact
Marcus D. Mitchell, Contracting Officer, Phone: 5013401253
 
E-Mail Address
marcus.d.mitchell@usace.army.mil
(marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE FOR � HYDRANT FUEL SYSTEM ALTERATIONS DLA/LITTLE ROCK AIR FORCE BASE, JACKSONVILLE (PULASKI COUNTY), AR � W9127S20R6003 This requirement will be solicited as a Total Small Business Set-Aside.� The North American Industry Classification System (NAICS) Code is 237120 � Oil & Gas Pipeline Construction. The US Small Business Administration Size Standard is $39.5 Million. Project Description This design/bid/build project will provide the construction services for a new pump house near the bulk fuel farm, with three 600-GPM pumps, filter separators, a jockey pump and all related piping, piping supports, valves, and appurtenances. The pump house shall contain pump room, control room, fire sprinkler room, restroom and mechanical room, along with emergency shut-off, emergency shower and eyewash, HVAC, fire sprinklers, alarms, bridge crane, pump controls, grounding and lightning protection, power line communications (PLC) for pump control, emergency fuel shut-offs for the new truck unload, all communications and data infrastructure, leak detection panels and environmental management control systems (EMCS) equipment. The HVAC system will connect to the base-wide EMCS system. Anti-terrorism (AT/FP), cyber-security, and sustainable design principles will be incorporated into the design and construction. The pump house will support new fill stands at the flight line, the existing bulk fill stands, and the truck unload and gravity fed drop tanks, located at the bulk fuel farm. The new fill stands will replace the two existing fill stands on the flight line and shall tie into the existing transfer lines and each will be equipped with two pantographs. The two new truck unload stations will utilize a gravity fed drop tank off-loading system that will tie into the pump house. Each tank will have two 600-GPM offload pumps. Each station will have spill containment and will tie into a containment basin. Supporting Work: Site work will include trench excavation and backfill, as well as, excavation for embankments and structures. Grading and compaction work will be included as deemed necessary. Supporting electrical work includes primary and secondary service & connections, transformers, standby generator, site lighting at both the bulk area and airfield, grounding at truck fill stands, tank level alarms, tank gauging and alarms, product recovery tank and unload drop tank alarms and gauging; underground duct bank with fiber optic connection to the pump house, leak detection and cathodic protection. Supporting mechanical piping and utilities includes product recovery tank, issue & receipt piping and supports to the bulk tanks, piping and supports from truck unload to drop tanks, piping and supports from the existing fill stands at bulk storage, pipe cleaning (PIG) launcher and receiver and other piping to connect existing facilities to the fuel system. Demolition and site preparation includes pump houses, two fill stands at the flight line, existing hydrant pits and piping, fourteen underground storage tanks, pavement demolition, modification to existing bulk tank containment dikes, excavation, erosion and sediment control. Site Improvements include asphalt and concrete paving, spill containment curbing and basins, site walks, site grading and seeding. Civil utilities include storm water piping and improvements, potable water, firewater, sanitary pump station and connections, gates and fencing. In accordance with FAR 36/DFARS 236 the estimated construction range for this project is: Between $10,000,000.00 and $15,000,000 Anticipated Dates: Solicitation Release:� 10 AUG 20 Award: 22 DEC 20 Completion: 30 JUN 22 All solicitation documents will be available when the solicitation is released The proposed contracts will be competitive firm-fixed-price contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off process. There will be no public bid opening. The Government will evaluate and select for contract award the contractor that provides the best value to the Government.� All contractors shall submit a proposal that includes a technical volume and a price volume.� These proposals will be given consideration for both the technical evaluation factors and price. Small Businesses & 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting, DOD will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded� for general construction-type procurement. Solicitation will be issued as a Request for Proposal (RFP). This solicitation will be issued via betaSAM (www.beta.SAM.gov). It is the Offeror's sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. No paper copies will be provided. Notification of amendments shall be made via the website as well. It is therefore the contractor�s responsibility to check the betaSAM website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the betaSAM website (beta.SAM.gov) to be eligible for award of a contract. Faxed offers and amendments will not be accepted. All questions or comments should be forwarded in writing by e-mail to Marcus Mitchell at marcus.d.mitchell@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46b3d4a02a4f4f0584a6215cfa31d380/view)
 
Place of Performance
Address: Jacksonville, AR 72076, USA
Zip Code: 72076
Country: USA
 
Record
SN05731165-F 20200725/200723230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.