Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

Z -- REPLACE FUEL OIL STORAGE TANKS IN BUILDINGS 12, 66, 67, 104, 351 & 2001, DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA (DDSP), NEW CUMBERLAND, PA

Notice Date
5/6/2009
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-B-5000
 
Archive Date
7/31/2009
 
Point of Contact
Bryan D. Nice,, Phone: 7177704485
 
E-Mail Address
bryan.nice@dla.mil
 
Small Business Set-Aside
N/A
 
Description
NOTE: THE WORK INCLUDED IN THIS PROJECT SHALL BE PERFORMED BY A CONTRACTOR CERTIFIED BY THE PENNSYLVANIA DEPARTMENT OF ENVIRONMENT PROTECTION. Contractor shall provide all supervision, labor, material and equipment to “Replace fuel oil tanks in buildings 12, 66, 67, 104, 351 and 2001”, Defense Distribution Depot Susquehanna (DDSP), New Cumberland PA 17070. The following summary is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will attend the site visit and thoroughly become familiar with the project. Specifications and drawings will be provided when the solicitation package is issued. Project Description: Replace fuel oil tanks in buildings 12, 66, 67, 104, 351 and 2001, Defense Distribution Depot Susquehanna, New Cumberland, PA.. The project consists of performing work, but not limited to, as summarized below. Provide the necessary material and labor as required by the Plans and Specifications for the following tasks: •BUILDING 12 - Provide the necessary material and labor as required by the specifications and drawings to remove the existing heating system (boiler, fuel storage tank, unit heaters, etc.) at the locations shown on the drawings. •BUILDINGS 66, 67 and 104 - Provide the necessary material and labor as required by the specifications and drawings to remove the existing fuel oil storage tanks and provide new aboveground double wall fuel oil storage tanks at the locations shown on the drawings. Work shall include all the necessary piping, supports, etc. for a complete and usable system. •BUILDING 351 - Provide the necessary material and labor as required by the specifications and drawings to remove the existing water chiller, the existing oil fired water heater, the existing underground fuel oil storage tank and piping and provide a new aboveground double wall fuel storage tank and a new electric water heater at the locations shown on the drawings. Work shall include all the necessary piping, supports, etc. for a complete and usable system. •BUILDING 2001 - Provide the necessary material and labor as required by the specifications and drawings to remove the existing fuel oil day tanks and provide new aboveground double wall fuel oil day tanks at the locations shown on the drawings. Work shall include all the necessary piping, supports, etc. for a complete and usable system. All work shall be performed complete and in accordance with the specifications and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and shall complete “Replace fuel oil tanks in buildings 12, 66, 67, 104, 351 and 2001” and be ready for use within 45 days after receipt of Notice to Proceed. Working Hours: Regular working hours shall be, Monday through Friday, normally 7:30 a.m. to 4:30 a.m., excluding Government holidays. Power outage work shall be between the hours of 4:30 pm on Saturdays and 5:00 am on Sundays, excluding Government holidays. A pre-construction conference will be held approximately 7 days after NTP. Initial submittals will be provided to the Government Contracting Officer Representative (COR) at this time. This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 237120. The small business size standard is $33,500,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of the Invitation for Bid (IFB) SP3300-09-B-5000 for this requirement will be on or around 19 May 2009. A site visit will be conducted. The exact date and time for the site visit will be stated in the solicitation package. The solicitation will also establish the IFB opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Contract Specialist, Bryan Nice at bryan.nice@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the FedBizOpps website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible offerors may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=476fc49b6622d1ed24f70accdc76a0ba&tab=core&_cview=1)
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA (DDSP), NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01810477-W 20090508/090506222042-476fc49b6622d1ed24f70accdc76a0ba (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.