Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2023 SAM #8047
SOURCES SOUGHT

99 -- JBE081 F-22 Fuel Dispensing System

Notice Date
12/7/2023 10:37:06 AM
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB25R0003
 
Response Due
12/27/2023 3:00:00 PM
 
Archive Date
01/11/2024
 
Point of Contact
Katherine Green, Phone: 9077535724, THERESA AFRANK, Phone: 9077532739
 
E-Mail Address
katherine.green@usace.army.mil, THERESA.M.AFRANK@USACE.ARMY.MIL
(katherine.green@usace.army.mil, THERESA.M.AFRANK@USACE.ARMY.MIL)
 
Description
F-22 Fuel Dispensing System, JBER, ALASKA (JBE081) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� The US Army Engineer District, Alaska is conducting market research to facilitate�a determination of acquisition strategy for an FY25 Design Bid Build Construction Project.� 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: The selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to replace the fuel infrastructure for F-22 aircraft to ensure readiness to support Global Strike Task Force and to project overall air dominance. This project includes planning documentation for a new JP-8 Tank Farm #6 that consists of two 5,000-Battel (210,000 gallon) above ground fuel storage tanks, pumphouse, 4 position truck fill stand, 2 position truck offload stand, and a connection to the existing transfer pipeline to Tank Farm #5. The system is in need of replacement as it has well exceeded the expected service life for aircraft refueling systems. The concrete structure is starting to fall apart causing a hazard to personnel operating the system while in the structure. Fuel tanks 49 and 50 (located partially under the structure) require extensive coating repairs every five years that result in extensive out of service time. During these out-of-service times the facility impacts mission fuel supply needs and adds additional refilling requirements. The current fuel system only has four tanks (187,000 gallons) that is reduced to two tanks during repairs, resulting in multiple resupplies of the tanks daily to continue supplying fuel for aircraft. Additionally, this facility lacks inbound/receipt filtration as required by UFC 3-460-01. The estimated dollar magnitude of this project is anticipated between $25,000,000 and $100,000,000.� THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 237120. �The small business size standard for this NAICS Code is $45 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 27 December 2023, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Afrank), PO Box 6898, JBER, AK 99506-0898 or via email to Theresa.m.afrank@usace.army.mil and Katherine.green@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, CAGE Code or UEI number, 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 (5) 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 and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work. (5)� Provide information on any teaming arrangement that may be formed for performance of this project. (6)� Indicate firm�s intent to submit a proposal on the subject acquisition when advertised. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered qualified for purposes of determining the Government�s acquisition strategy.� 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://sam.gov/SAM/. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d82a024dd5b04cbb92b80bd261e4aa7f/view)
 
Place of Performance
Address: Anchorage, AK, USA
Country: USA
 
Record
SN06906376-F 20231209/231207230051 (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.