Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOURCES SOUGHT

99 -- Repair Existing Hydrant Fuel System Project - Niagara Falls Air Reserve Station, NY

Notice Date
8/18/2020 1:30:30 PM
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-HFS-NFARS
 
Response Due
9/2/2020 12:00:00 PM
 
Archive Date
09/17/2020
 
Point of Contact
Esther Kim
 
E-Mail Address
esther.kim@usace.army.mil
(esther.kim@usace.army.mil)
 
Description
Design Bid Build. P2# 488039 Replace Fuel Bulk Storage Transfer Line Replace approximately 5,150 LF of aircraft fuel transfer line, including cathodic protection, between 914 ARW and former 107 ANG bulk storage areas. Existing 6� carbon steel piping, including 8� fiberglass containment pipe, will be removed completely and replaced with 6� carbon steel piping. Replace low point drains and thermal relief valves between bulk storage area and pump house. Replace components needed for connection to bulks storage tanks, pumps and/or off load headers. Repair all asphalt and concrete pavements in kind damaged due to replacement of fuel line. Repair refueler truck parking: seal cracks with jet fuel resistant sealant; replace spalled concrete with new concrete pavement. Restore disturbed terrain to pre-project condition. New line will be constructed to accommodate pressure testing and leak detection. Provide 3rd party certified tightness testing and leak detection system for new transfer line. P2# 488040 Repair Fuel Pump house/Distribution Lines/Storage Tanks Pump house and distribution lines Calibrate and tune existing control valves. Sandblast/recoat/label all carbon steel piping/equipment. Replace existing personnel/overhead doors. Install metal wall panels with insulated sheathing. Install a retrofit insulation system under the roof deck. Install new explosion-proof exhaust fans and heaters in Building 921 powered from B919. Provide new grounding for new lightning protection system at pump house.� Install bollards, new stainless steel basket strainer, and seal cracks/joints with jet fuel resistant sealant at the existing fill stand area. A new Pump Control Panel (PCP) shall be provided for control and annunciation of the existing hydrant system. Control system shall utilize a redundant Programmable Logic Controller (PLC) based control system and incorporate all existing and new Emergency Fuel Shut Off (EFSO) pushbuttons, fuel receipt station (offload), issue station (fill stand), and hydrant loop control devices. Existing Motor Control Center(MCC) shall not be modified, but the motor control circuits shall be incorporated into the new PCP. Replace approximately 1,850 LF of aircraft fuel distribution line (850 LF above ground), including cathodic protection, between former 107 ANG bulk storage areas and apron isolation valve pit. Existing underground 10� carbon steel piping, including 12� fiberglass containment pipe and aboveground 10� stainless steel distribution lines will be removed completely and replaced with 10� carbon steel piping. Asphalt pavement demolished will be replaced in-kind. Restore disturbed terrain to pre-project condition. Replace/install new low point drains and thermal relief valves. Replace Product Recovery Tank. Storage Tank 1 & Storage Tank 2 Repairs include spot coating applied at the main suction and receipt Double Block and Bleed (DBB) valves, High Level Alarm (HLA)/High- High Level Alarm (HHLA) and Low-Level Alarm (LLA) chambers and piping. Install a new thermal relief valve and piping. Update existing high level control valve will be fitted with a high level float. Install a new sump separator tank with 10 GPM product return pump. Install new tank instrumentation and appurtenances, tank water draw-off system with sump heater and pipe heat tracing on or near the tank and incorporated into the Pump Control Panel (PCP). Provide corrosion protection (i.e. cathodic protection) at the bottom of each tank. Remove and replace sealant along the tank 1 ring wall. Existing gauging system shall be repaired and restored to the operating condition by the Space and Naval Warfare Systems Command (SPAWAR). P2# 488041 Repair Refueling Pits/Service Lines Replace approximately 2,100 LF of aircraft fuel service line, including cathodic protection, between apron isolation valve pit and the five refueling pits. Existing 10� carbon steel piping, including 12� fiberglass containment pipe, will be removed completely and replaced with 10� carbon steel piping. Repair concrete pavement in-kind. Provide 3rd party certified tightness testing/leak detection system for loop system. Replace low point drain pit/piping/concrete walls adjacent to hydrant pits. Replace/install new low point drains and thermal relief valves between apron isolation valve pit and five refueling pits. Install new hydrant control valves and water draw-off pipes in the hydrant/isolation valve pits. Remove and replace existing fuel pits (5 ea). Ensure placement allows for proper wingtip clearance for KC-135 aircraft. Static grounding shall be provided at applicable points in the fuel system including hydrant/low point drain/high point vent pits. Aircraft parking locations shall include static ground rods. Extend power from Building 919 to new motorized sliding gate Contract duration is estimated at 569 calendar days. The estimated cost range is $10,000,000 to $25,000,000. �NAICS code is 237120.� All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by Wednesday, September 2, 2020 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s DUNs Number(s) and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions of your firm�s past experience on three (3) projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size and scope.� Describe how your firm will manage multiple sub-contractors.� Demonstrate experience including self-performing 15% of the construction.� Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Projects similar in scope to this project include:� New installation or replacement of fuel hydrant lines or repair of pump control systems and fuel line leak detection systems on pipes over 4"" in diameter.� Contractor must have experience with the UFC for fuel systems.� Contractor should be familiar with API inspections and work on fuel tanks (e.g. tank jacking for repair and cathodic protection placement). � Projects similar in size to this project include:� New installation or replacement of fuel lines greater than or equal to 4,000 LF. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed.�� Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages.� Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Esther Kim at esther.kim@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government.� Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.beta.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website https://www.beta.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from www.beta.SAM.gov. Refer to www.beta.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62baf240e1a54b7dad7315c5d73f3cb3/view)
 
Record
SN05764329-F 20200820/200818230210 (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.