Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2025 SAM #8550
SOURCES SOUGHT

99 -- Hydrant Area C Refueling Facilities

Notice Date
4/22/2025 2:18:58 PM
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R16JK
 
Response Due
5/7/2025 2:00:00 PM
 
Archive Date
05/22/2025
 
Point of Contact
Michael Saldana, Phone: 5038084608, Susan Newby, Phone: 2067646754
 
E-Mail Address
michael.e.saldana@usace.army.mil, susan.f.newby@usace.army.mil
(michael.e.saldana@usace.army.mil, susan.f.newby@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for an upcoming FY26 project titled: �Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA).� The proposed project is planned to be a firm fixed-price, design bid build construction project located on Fairchild Air Force Base, WA. In accordance with Federal Acquisition Regulations (FAR) 36.204(b) and Department of Defense Federal Acquisition Regulations (DFARS) 236.204(i), construction magnitude is in the range of $25,000,000 and $100,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project 237120, Oil and Gas Pipeline and Related Structures Construction and the associated small business size standard is $45,000,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a) Program Small Business, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237120, Oil and Gas Pipeline and Related Structures Construction with the associated Size Standard of $45 Million, PSC Code Y1NA, Construction of Fuel Supply Facilities. . Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this sources sought notice. No award will be made from this sources sought notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: The purpose of the Hydrant Area C Fueling Facilities project is to provide a Type III jet fuel hydrant system for the Washington ANG at Fairchild AFB. The 141 ARW does not have adequate fueling facilities to support its federal and state missions. The 141 ARW has been located on Fairchild AFB since 1976. The 141 ARW is based on property licensed to the Washington ANG for the purposes of training airmen to respond to state and federal missions during peace and wartime. The bed?down from Geiger Airfield (Spokane International Airport) to Fairchild AFB was necessary for the new mission of KC?135 aircraft, which continues to be the current mission. In 2007, as a result of the 2005 Base Realignment and Closure Act, the 141 ARW entered into a Classic Association for the KC?135 aircraft with the 92 ARW, the host wing on Fairchild AFB. The specific scope includes, but is not limited to: Two 10,000 blue barrel (bbl). jet fuel tanks One 2,400 GPM pumphouse Two truck offloads Two truck fillstands One 10� transfer line One 12� hydrant loop Eight hydrant pits Various site fuel piping An 8-position truck refueler parking area Potential for truck filling stations, offloading stations, and refueler parking area stations with canopies SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to 3-4 pages (exclude Joint Venture and Bonding information from page count) and include the following: 1. Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2. CAGE code and UEI number of your firm. 3. Your company's North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is considered by the Small Business Administration as any of the following or is Other Than Small Business: Small Business (SB) Small Disadvantage Business (SDB) Woman-Owned SB (WOSB) Service-Disabled VOSB (SDVOSB) Historically Underutilized Business Zone (HUBZone) 8(a) Program Other Than Small Business (Large Business) 5. Regions in which your company normally performs work or would perform work: West Midwest Northeast Southwest Southeast OCONUS (Outside the Continental United States) All of the Above 6. A maximum of three (3) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last five (5) years. Examples should include the following information: a. A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. When submitting project examples, please highlight if any of your projects included the following work elements. If your submitted projects do NOT include any of the following work items, please address if you have completed any of this work in other projects or how you would go about accomplishing it on this project. a. Construction of aircraft fuel storage 10K bbl or greater on DOD installations b. Construction of full DOD fueling systems (offload, storage, transfer to aircraft) c. Construction/placement of airfield paving d. Construction of hydrant loops on airfields for aircraft fueling e. Management of PFAS-contaminated soil and water during construction 7. Of the total summary Description of Proposed Project: a. Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to: pursue a joint-venture or some other form of teaming arrangement subcontract any work. b. What do you think can be subcontracted out to small business? Small Business (SB) ____% Small Disadvantage Business (SDB) ____% Woman-Owned SB (WOSB) ____% Veteran-Owned SB (VOSB) ____% Service-Disabled VOSB (SDVOSB) ____% Historically Underutilized Business Zone (HUBZone) ____% 8. Firm�s Joint Venture Information, if applicable. 9. Bonding Information. Provide the following, on the Bonding Company�s letterhead: (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. PLEASE SUBMIT TO: Responses to the Sources Sought Notice should be received no later than 1:00 pm (Pacific Time) on May 7, 2025. Submit responses to the attention of Michael Saldana, Contract Specialist, at Michael.E.Saldana@usace.army.mil and the Contracting Officer, Susan Fernandez-Newby at Susan.F.Newby@usace.army.mil. All interested firms must be registered in System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of Government contracts. The NWS Small Business Professional point of contact is Enshane Hill-Nomoto, Enshane.Nomoto@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad0335b4a6184f38887986ccc3102d29/view)
 
Place of Performance
Address: Spokane, WA, USA
Country: USA
 
Record
SN07417927-F 20250424/250422230048 (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.