SPECIAL NOTICE
Z -- Notice of intent to increase capacity for an existing SATOC
- Notice Date
- 2/1/2012
- Notice Type
- Special Notice
- NAICS
- 424710
— Petroleum Bulk Stations and Terminals
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY11DESCNOI
- Archive Date
- 5/1/2012
- Point of Contact
- chaquandra, 256-895-1261
- E-Mail Address
-
USACE HNC, Huntsville
(chaquandra.k.wilson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.NOTICE OF INTENT: The U.S. Army Engineering Support Center, Huntsville, Alabama (CEHNC) Defense Energy Support Center (DESC) program intends to increase the capacity of existing Single Award Task Order Contract (SATOC) W912DY-10-D-0018 held by Pond Constructors from $35M to $60M. THIS ANNOUNCEMENT IS NOT A FORMAL SOLICITATION. The Government is only performing market research in order to determine if businesses possess the capability to execute the requirements associated with the noted contract until a more permanent contract vehicle is competed and awarded (estimated award date of August 2013). This notice is for information and planning purposes only and shall not be construed as a commitment by the Government. 2. The mission of the DESC Program is to provide recurring maintenance (quarterly, semi-annual, and annual) and minor repair services at Government petroleum facilities. The CEHNC is seeking sources for potential contracts to provide recurring maintenance services including repair and replacement of petroleum equipment and maintenance related construction services at Government petroleum facilities in the continental Unites States (CONUS) and outside of the continental United States (OCONUS). The contract currently provides recurring maintenance and repair services for petroleum facilities at 100 Army installations, Army Reserves and Army National Guard facility locations and 25 Navy and Marine Corps locations throughout CONUS (all regions). In the near future, the intention is to extend these services to 21 additional Navy locations in CONUS, 10+ Air Force locations in CONUS, and 10 Army locations in OCONUS (Hawaii, Alaska, Honduras, and Kwajalein Atoll). 3. Scope and Authority. The contractor will be responsible for properly maintaining and repairing federally funded petroleum systems and other facilities located at the Garrisons and military installations in order to provide compliance with code, criteria, and regulations. Petroleum system means an underground or aboveground storage tank, connected piping, ancillary equipment and appurtenances, and containment system, if any. The contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, facilities, equipment, and incidentals necessary to conduct inspections, preventive maintenance, minor repair, and minor construction on the petroleum systems. Contractor shall be required to maintain petroleum systems, equipment, and accessories to operate reliably and satisfactorily. Maintenance tasks are primarily funded by DESC in accordance with the DOD regulation 4140.25-M chapter 8. Preventive maintenance tasks will be defined as recurrent, periodic or scheduled work to preserve a facility by preventing its deterioration. Minor and Emergency Repair services will also be required under this contract and will be defined as the restoration of a real property to such a condition that it may effectively be utilized for its designated purpose by overhaul, reprocessing or replacement of constituent parts or materials that have deteriorated by action or elements or usage and that have not been corrected through maintenance. Periodic testing of systems/components, generally on a quarterly basis, is included within the DESC definitions of maintenance and repair. Other repair may be ordered by the Garrisons for non-petroleum systems such as for separators, piping, tanks, sewers, storm drains, or requirements to meet compliance with applicable laws and regulations. 4. The most applicable North American Industrial Classification System Code (NAICS) is 424710, Oil, Petroleum, and Bulk Stations and Terminals, with a small business size standard of 100 employees 5. If you would be interested in such work you are requested to submit a capability statement which addresses as a minimum, the following items: (a) Company name and address; (b) Point of contact name, phone number and email address; (c) Size of business pursuant to NAICS Code 424710, (small, small disadvantaged, HUBZone, woman owned or operated, service disabled or veteran owned, 8(a) firm). The agency will apply FAR 52.219-14 in assessing whether a small business concern is eligible under a small business set aside; (d)Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) (e) Describe your experience in the following areas: i. Performing and/or managing recurring maintenance and minor repair work (as described in paragraph three) at petroleum facilities. For each item listed, provide your status as either a prime, subcontractor, or in a teaming arrangement and with what other firms. ii. Developing processes for tasking emergency repairs after duty hours. NOTE: Per contract requirements, emergency repairs have to be responded to within 12 hours and completed within 72 hours. iii. Creating schedules project schedules, quality control plans, safety plans, and methods used to control costs (i.e. could be software or a process) iv. Providing and maintaining an effective quality control program. v. Managing maintenance and repair programs, to include personnel, and management of subcontractors in a cost effective, timely, and contract conforming manner. vi. Working with applicable standards and codes, e.g. DOD 4140.25-M, UFC-3-460-03, NFPA 30, NFPA 30A, and NFPA 70. (f) Briefly summarize projects performed in the last five years that demonstrate your experience in performing the services listed in paragraph three above. Include point of contact information, dollar value, location, and size of facilities (approximate area in square feet) for each project. (g) Briefly demonstrate firm's ability to simultaneously perform services identified in section 3 at 150+ CONUS Army/Navy/Air Force sites (and potentially multiple OCONUS locations as required as part of program expansion. (h) Since minor construction services may be required at some point, describe your financial capability in the following areas. ) i. Bonding capacity per project/task order? ii. Aggregate bonding capacity for all projects? 7. Responses can be submitted electronically using the following address: Chaquandra.K.wilson@usace.army.mil and Earl.W.Johnson@usace.army.mil OR submitted in hard copy format using the following address: The United States Army Engineering and Support Center ATTN: CEHNC-CT-B (Chaquandra Wilson) 4820 University Square Huntsville, AL 35816-1822 All responses shall be received by 12:00 PM central time on 05 March 2012. Responses shall be no more than 10 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent). Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist Chaquandra Wilson (email address noted above) and Contracting Officer Earl Johnson (email address noted above). 8. Registration as an interested vendor for the subject notice does not in any way exempt your firm from submitting the required capability questionnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with the posted announcement. Your response to this announcement is not a request to be considered for a contract award. This is not a request for proposal and does not obligate the government to award any contract. The Government does not intend to rank submittals or provide any reply to interested firms.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY11DESCNOI/listing.html)
- Record
- SN02665840-W 20120203/120201235048-fdeb32908fbf9040932f53060328d0a7 (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 |