Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2008 FBO #2341
SOLICITATION NOTICE

Y -- Correction to Sources Sought for Military Fueling Systems construction in support for the Defense Energy Support Center (DESC), Sustainability, Reliability, and Maintenance Program (SRM)

Notice Date
4/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-08-S-M-009
 
Response Due
5/12/2008
 
Point of Contact
Melvin E Vogt, Phone: 402-221-4298
 
E-Mail Address
Mel.E.Vogt@usace.army.mil
 
Description
CORRECTION TO REQUEST FOR INFORMATION W9128F-08-S-M-009 Description Request for Information (RFI) Number W9128F-08-S-M-009 for: Military Fueling Systems construction in support for the Defense Energy Support Center (DESC), Sustainability, Reliability, and Maintenance Program (SRM). DESCRIPTION - THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Response to this RFI from large and/or small businesses is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Omaha District, U.S. Army Corps of Engineers is seeking information about potential sources interested and capable of providing services under North American Industry Classification System (NAICS) Construction Code 237120 (To be considered a small business under NAICS Code 237120 an offeror and/or its affiliates if applicable may not exceed a size standard $31M gross annual receipts over 3 fiscal years.) for Oil and Gas Pipeline and Related Structures Construction- Petroleum Bulk Stations and Terminals). This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors to execute Military Fueling Systems construction in support for military customers, within the Department of Defense (Army, Air Force, Navy), including DESC/DLA, US Army Petroleum Center (US Army), HQ AFRC (Air Force Reserves), HQ AMC (Air Force), HQ ACC (Air Force), HQ PACAF (Air Force) and various other federal and local agencies requesting the services, as necessary. The NAICS Code 237120 for Oil and Gas Pipeline and Related Structures Construction-Petroleum Bulk Stations and Terminals industry comprises establishments primarily engaged in one or more of the following: NAICS CODE 237120, Size Standard $31M. This industry comprises establishments either large or small, primarily engaged in the construction of oil and gas lines, mains, refineries, and storage tanks. The work performed may include new work, reconstruction, rehabilitation and repairs. Specialty trade contractors are included in this group if they are engaged in activities primarily related to oil and gas pipeline and related structures construction. All structures (including buildings) that are integral parts of oil and gas networks (e.g. storage tanks, pumping stations, and refineries) are included in this industry. Illustrative Examples: Distribution line (gas and Oil, construction), Oil refinery construction, Gas main construction, Petrochemical plant construction, Gathering line (gas and oil field construction), Pumping station (gas and oil transmission construction), Natural gas pipeline construction, Storage tank, natural gas or oil tank farm or field construction, Natural gas processing plant construction. SCOPE OF SERVICES STATEMENT OF WORK:--The scopes of work will include, but not be limited to construction: replacement of aging fuel components; repair of storage tanks and containment areas, providing systems upgrade and maintenance and the applicable design to support the aforementioned construction identified in compliance with all state and federal regulations. It is anticipated that a majority of the task orders will be fixed price. There is the potential for some cost reimbursement type contract actions. The nature of the military fuel systems mission is such that the nature and size of requirements are very unpredictable. As needs are identified, corrective measures must be implemented quickly. It is anticipated that the majority of the work will consist of Tank Cleaning, Inspection, and Steel Fuel Tank Rehabilitation, which consists of three (3) phases to be accomplished for each fuel tank: a. Tank Cleaning. In association with API 653 Tank Inspections and tank access regulations, the sludge in tanks will need to be removed and disposed of in accordance with all Federal, State, local and specific Military installation requirements. Including, but not limited to, adequate ventilation and other health and safety requirements in accordance with OSHSA and USACE standard safety requirements. After the cleaning the tank, it will then require and internal inspection. The Contractor shall be required to show experience for required Tank Cleaning of tanks in support of the Department of Defense. The Contractor shall follow established API 653 Inspection protocols as well as OSHA and USACE standards for the execution of this work and generate appropriate documentation. b. API 653 Inspections. Inspection to the requirements of Standard API-653, latest edition, Tank Inspection, Repair, Alteration and Reconstruction, including: API-653 C-1 & C-2 Checklists and; all amendments, which are required to be performed every 10 years (minimum). The inspector shall exhibit experience with aboveground storage tanks, cut and cover tanks and underground fuel storage tanks used for aviation fuels. The API 653 inspector utilized shall be a certified American Petroleum Institute (API) tank inspector. Certification shall be in accordance with API-653 Appendix D - Authorized Inspector Certification. The Inspector shall also be a state-certified inspector in the state where the tank is located, if required. Tank lining inspection shall be performed by a certified American Petroleum Institute (API) tank inspector. The API inspector shall furnish a listing of API 653 Out-of-Service inspections done during the past two years including: tank owner, location, size, capacity, construction, and product stored. The tank evaluation report provided shall be certified by a registered professional engineer. Experience with UT readings, vacuum box test, Magnetic Flux Leakage (MFL) technology is required. c. Steel Fuel Tank Rehabilitation: Steel Fuel Tank Rehabilitation will include revisions to stilling wells, modification to appurtenances, repair of corroded material, bottom replacement, etc. Contractors will be required to demonstrate that they have experience in rehabilitation of 5,000 barrel or larger fuel storage tanks (as a minimum) on API 650 Fuel Storage Tanks. Specific Requirements include: Project locations may exist at all DOD installations, CONUS (Contiguous 48 States) plus possible locations in Alaska and Hawaii. Construction requirements include fast track scheduling and performance, with incidental design. All work must be performed to API, State and Federal requirements. An offerers experience as a prime contractor, self performed the work, will be evaluated more favorably than that for which the offeror acted as a designer, sub-contractor, consultant or material supplier to another prime contractor. TYPES OF CONTRACTS Best practices and lessons learned from past operations success include competition, socio-economic participation, service provider capability of both fixed price and possible cost reimbursement type contracts and advanced contracts commonly known as multiple award task order (MATOC) contracts (multiple awards of MATOC contracts under a single solicitation for the same services to two or more sources). The Government currently anticipates awarding multiple contracts to large and small businesses. Contracts may be awarded on a regional basis to support small business as appropriate. It is anticipated that a majority of the task orders will be awarded fixed price and thus require payment and performance bonding. All sub-categories of small businesses are being considered during our market research phase. Based upon approval, it is projected that each contract awarded will have a basic ordering period of two (2) years with one additional option period of three (3) years, for a total of five (5) years of performance. Contractors are required to be registered in Central Contract Registration (CCR) will be mandatory for receiving an award of any of these contracts (see CCR website at www.ccr.gov)..Multiple Geographic Regional contracts are being considered, they include the following states as follows: 1. Northeast (NE): Connecticut; Delaware; District of Columbia; Maine; Maryland; Massachusetts; New Hampshire; New Jersey; New York; Pennsylvania; Rhode Island; Vermont; Virginia; West Virginia. 2. Southeast (SE): Alabama; Arkansas; Florida; Georgia; Kentucky; Mississippi; North Carolina; South Carolina; Tennessee. 3. Northwest (NW): Colorado; Idaho; Illinois; Indiana; Iowa; Kansas; Michigan; Minnesota; Missouri; Montana; Nebraska; North Dakota; Ohio; Oregon; South Dakota; Utah; Washington; Wisconsin; Wyoming. 4. Southwest (SW): Arizona; California; Louisiana; Nevada; New Mexico; Oklahoma; Texas. 5. Alaska (AK). 6. Hawaii (HI). 7. CONUS: (Contiguous 48 states). 8. CONUS + AK: (Contiguous 48 states plus Alaska). 9. CONUS+ AK+HI: (Contiguous 48 states plus Alaska and Hawaii). Task orders will be issued primarily utilizing firm-fixed-price procedures however; task orders for cost-reimbursement may also be utilized dependent on the nature of the requirement. Separate contracts most likely will be awarded for cost reimbursement type task orders. All task orders will be conducted in coordination with the geographic USACE Major Subordinate Command (MSC) and USACE District Offices. It is estimated that individual task orders will range from $50,000 up to approximately $5 million. A firm may have multiple project task orders issued to them. The Government anticipates an individual task order for a typical tank cleaning to be approximately $500k, a typical inspection package to be approximately $500k, and a typical Tank Rehabilitation package to be between $1-3 Million. Bonding will be required per task order (for firm fixed price orders), it is anticipated that there will be multiple task orders executed concurrently to an awarded contractor at any given time. SUBMISSIONS Capabilities package/response submittal must be received no later than 2:00 Central Standard Time on 12 May 2008. Any information submitted from either large or small business is strictly voluntary. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 237120 (To be considered a small business under the NAICS code the firms and/or their affiliates as applicable, shall have a size standard of no more than $31 Million Dollars average over 3 Fiscal years of gross annual receipts) for Oil and Gas Pipeline and Related Structures Construction-Petroleum Bulk Stations and Terminals, and that can support the Military Fueling Systems construction scope requirements, should submit a capabilities and capacity statement package. The submission shall be prepared in Microsoft WORD 2000 or greater, no more than five (5) pages, not including the Cover Letter, single spaced, 10 point font minimum. 2. A cover letter provided for the five (5) page submission shall include: a. Name and address of the company. b. Companies business size status (i.e. Other than Small (OTS) Small (SB), Small Disadvantaged Business (SDB), Women -Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Historically Underutilized Business Zone (Hub Zone), Section 8(a)); c. A point-of-contact to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners. 3. The capability and capacity statement package must demonstrate and address: a. Prior/current specific project experience at Federal installations, as well as, non federal installations in construction of replacement of aging fuel system components; repair of fuel storage tanks and containment areas; provide fuel systems upgrade and maintenance experience and experience showing the firms capability to provide applicable incidental design to support the aforementioned construction identified. Provide information that indicates that the above mentioned construction complies with all local, state and federal regulations. Experience should include magnitude, scope, and complexity of projects performed within the last three years including; Contract number, organization supported, scope of work, whether the offeror was a prime contractor or subcontractor, contract value, Government point of contact with a current telephone number, and a brief description of how the contract referenced relates to the services described herein. b. A listing of active NAICS Code 237120 Oil and Gas Pipeline and Related Structures Construction-Petroleum Bulk Stations and Terminals contract(s), maximum contract capacity, committed contract capacity to date; active remaining capacity. c. Current existing successful teaming arrangements, Joint Ventures, or Mentor-Protege agreements held with other business concerns, large or small businesses engaged in this type of work. d. Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, role of the contractor to include whether the work was self-performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. 4. This RFI is for planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the readers responsibility to monitor the Fed Biz Opps for any resultant or future solicitation package (s) that may be issued. 5. Results of the market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determined and document the capabilities and capacity of contractors to provide services as described in the Scope of Services. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. 6. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would your firm be interested in submitting a proposal considering the anticipated scope of work items and for specific regions as shown herein? If not, why? b. In reference to 1 above, does your firm have sufficient experience in the anticipated scope items that would allow the government evaluator to assess your firms capability? If not, please explain. c. What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for? d. What is the maximum bonding capacity of your firm? e. What maximum annual capacity of work can your firm reasonably manage while assuring effective and efficient program/project implementation and maintaining quality products? f. What is your firms resource availability (Staffing and Equipment) available to perform the work (self perform)? g. What elements of work would your firm consider be subcontracted? h. Does your firm have the capability to administer a cost reimbursement type contract/task orders? i. Geographic Support: Please respond to each geographical area (1-9) as identified to what Military Fueling Systems construction expertise (replacement of aging fuel components; repair of storage tanks and containment areas, providing fuel systems upgrade and maintenance and the applicable design to support the aforementioned construction identified in compliance with all state and federal regulations) the firm has. Geographic Areas: 1 Northeast (NE): Connecticut; Delaware; District of Columbia; Maine; Maryland; Massachusetts; New Hampshire; New Jersey; New York; Pennsylvania; Rhode Island; Vermont; Virginia; West Virginia 2. Southeast (SE): Alabama; Arkansas; Florida; Georgia; Kentucky; Mississippi; North Carolina; South Carolina; Tennessee. 3. Northwest (NW): Colorado; Idaho; Illinois; Indiana; Iowa; Kansas; Michigan; Minnesota; Missouri; Montana; Nebraska; North Dakota; Ohio; Oregon; South Dakota; Utah; Washington; Wisconsin; Wyoming 4. Southwest (SW): Arizona; California; Louisiana; Nevada; New Mexico; Oklahoma; Texas. 5. Alaska (AK). 6. Hawaii (HI). 7. CONUS: (Contiguous 48 states). 8. CONUS + AK: (Contiguous 48 states plus Alaska). 9. CONUS + AK+HI: (Contiguous 48 states plus Alaska and Hawaii). j. Address your firms capability of execution on a national (CONUS 48 contiguous states) basis versus limiting contracts to the specific geographic areas listed above. Please provide recommendations. k. If your firm is Other than Small Business; does your firm have a master subcontracting plan and had it been approved prior to award of a federal government contract? l. If your firm is a small business, would you consider submitting a proposal as a prime contractor? m. In what socio-economic programs does your firm currently participate (e.g. 8 (a), HubZone, Service Disabled Veteran Owned Business, etc.)? What is the extent of your participation in these programs? n. What do you consider are the most critical criteria that would distinguish one companies capabilities from/over another? Explain. o. Would your firm participate in this acquisition with other firms as teaming members or joint ventures? p. The potential for multiple contract awards may result from this acquisition. A portion of these awards is anticipated to be reserved for small business. For small business consideration, would your firm be able to compete under NAICS Code 237120 having a size standard of $31M over a 3 fiscal year period? If not, why? Please provide your recommendations concerning the anticipated number of contract awards, how many contracts your firm feels should be reserved for small business, the potential geographic contract areas, the scope of work, and the proposed NAICS code. q. Does your firm have any other comments or suggestions that you would like to share with the Government? Please e-mail responses to Mel.E.Vogt@usace.army.mil and/or Julie.K.Siderewicz@usace.army.mil no later than 12 May 2008. Responses must include in the subject line: Request for Information: W9128F-08-S-M-009, DESC-SRM-MFS Contracts or mail the information to: U.S. Army Corps of Engineers, Omaha District, Contracting Division (Vogt/Siderewicz), 106 South 15th Street, Omaha, Nebraska 68102-1618. This is an RFI to be used in planning a future acquisition, please do not send in any cost proposals or cost information. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov, and www.acquisition.army.mil/asfi/. It is the potential offerors responsibility to monitor the above mentioned sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A PRE-SOLITIATION NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION(RFI) FOR PLANNING PURPOSES ONLY. Point of Contact: Mr. Mel Vogt, 402-995-2067 or Ms Julie Siderewicz 402-995-2063. E-mail your questions to US Army Corps of Engineer - Omaha District at mel.e.vogt@usace.army.mil or Julie.K.Siderewicz@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b01a29af2f9de38e42258e483d01c1c2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
 
Record
SN01558462-W 20080424/080422220232-b01a29af2f9de38e42258e483d01c1c2 (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 |
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.