Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2009 FBO #2628
SOURCES SOUGHT

J -- TESTING, MAINTENANCE,AND REPAIR, AND REMEDIATION SERVICES OF PETROLEUM, OIL, AND LUBRICANT TANK SYSTEMS ANYWHERE WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND, MID ATLANTIC AREA OF RESPONSIBILITY

Notice Date
2/3/2009
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5039
 
Response Due
2/17/2009
 
Archive Date
4/30/2009
 
Point of Contact
DIANA D. SIBAL - diana.sibal@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command, Mid Atlantic, Hampton Roads, IPT, Acquisitions, Norfolk, Virginia, is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. This project is for the testing, maintenance and repair, and remediation services of petroleum, oil, and lubricant tank systems anywhere within the Naval Facilities Engineering Command, Mid Atlantic area of responsibility to include Hampton Roads, Northeast, and North Carolina. The Mid Atlantic area covers the Northeast Client Base, the states along the east coast including North Carolina through Maine. Tidewater area work will be at: Portsmouth Site including: - Norfolk Naval Shipyard and annexes, Portsmouth, Virginia, St. Juliens Creek, Portsmouth, Virginia, Craney Island, Chesapeake, Virginia, Portsmouth Naval Medical Center, Portsmouth, Virginia; Little Creek Site including - Naval Amphibious Base Little Creek, Norfolk, Virginia; Sewells Point Site including - Naval Station Norfolk and Chambers Field, Norfolk, Virginia, Naval Support Activity, Northwest Annex, Chesapeake, Virginia; Oceana Site including - Oceana Naval Air Station, Fleet Training Center Damn Neck and!, Fentress Airfield, Virginia Beach,Virginia; Peninsula Site including - Naval Weapons Station, Yorktown and Cheatham Annex, Williamsburg, Virginia. Also included are various locations within a 50-mile radius of any of the above. A combination Firm Fixed Price (FFP) and Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The FFP portion consists of maintaining, repairing, and altering facilities, systems, and equipment to ensure they are fully functional and operational, which includes, but not limited to, developing and implementing service plan for Groundwater monitoring wells to ensure compliance with all applicable Local, State, and Federal laws and regulations; conducting gauging, recovery, and disposal at each petroleum, oil, lubricant activity; conducting gauging, headspace vapor monitoring, visual inspection of groundwater samples, and annual samplings requirements at each Groundwater Characterization Study activity well; conducting compl! ete inspection of the tank interior; conducting a visual inspection of the manhole interior; and submitting reports of the findings as required. The IDIQ work, which may be ordered utilizing DoD EMALL or on a task order, on a need basis, includes, but not limited to, complete pipeline testing; pipeline pressure testing (pneumatically and hydrostatically); major repair to pipeline; minor repair to pipeline and pipeline equipment; providing vacuum truck and operator as needed to transport and offload recovered fuels and /or water to Craney Island; draining pipeline; marine chemist gas-free certification for "hot work; water blast cleaning of pipelines; epoxy painting of pipelines; providing and installing BITUMINOUS PAVEMENT, COLD PATCH; various tank inspections, cleaning, installations, removal, and closing; sludge and oily waste disposal; pressure test horizontal abovegrourd < 12,000 gal - Double Walled tank using Nitrogen gas, may include soap bubble leak test of manway and nozzle; test from exterior or interior if accessible, tanks < 12,00! 0 for thickness and corrosion rate in accordance with STI 0001 procedures; tank coating inspection, surface recoating; providing tank Restrapping Chart Using Optical Methods, 500K - 6 million gallon AST; miscellaneous tank work; and response to emergency repairs within four hours of request. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government intends to solicit under NAICS Code is 237120 with a size standard of 33.5 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, type of contract, brief description of how the referenced contract relates to the work described, Government /Agency point of contact, and customer point of contact. (2) Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code. (3) Please indicate if you are a 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, and Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, HR IPT, ACQ (Attn: Diana D. Sibal), Room 117, Bldg. Z-140, 9742 Maryland Avenue, Norfolk, VA 23511. Responses must be received no later than 2:00 pm Eastern Standard Time on 17 February 2009. ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions regarding this sources sought notice may be addressed to Diana D. Sibal at the above address, or via email at diana.sibal@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bcb79b1a17d0d78ba4600674cd6461f8&tab=core&_cview=1)
 
Record
SN01743488-W 20090205/090203220454-bcb79b1a17d0d78ba4600674cd6461f8 (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.