Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOURCES SOUGHT

Y -- Sources sought for the Construction of P-1390, Update Pump House, Barksdale AFB, Shreveport, LA

Notice Date
7/9/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N69450PUMPHOU
 
Response Due
7/23/2012
 
Archive Date
8/7/2012
 
Point of Contact
Melissa Finnell
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Sources sought for the Construction of P-1390, Update Pump House, Barksdale AFB, Shreveport, LA. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The proposed project will construct a new DOD Type III Pump House. The contract will be for a term of between one year and two years. The estimated cost for this project is between $6,000,000 and $9,000,000. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last seven years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: This project is located at Barksdale AFB, Shreveport, LA. The construction project involves the replacement of the existing Type III pump house with a new DOD Type III pump house that includes a new Type III pump shelter with bridge crane and hoist, five (5) 600 GPM fuel pumps and filter separators. The scope includes a new 4000 gallon double-walled product recovery system to replace the existing single-wall product recovery tank, and 8 inch and 16 inch tie-ins to the existing hydrant system. A standard Type HHT check-out stand will be provided adjacent to the new Type III pump house. The scope includes a control system, a motor control and programmable logic controls center, and a manual transfer switch for the existing generator. The new Type III hydrant pumping system will be installed where the existing Type III hydrant pumping system is presently located. The existing pump house/shelter and slab will be demolished and a new three sided shelter and slab provided with access doors on the ends. The new Type III hydrant pumping system will be installed on the new slab. A manually operated traveling bridge crane with trolley and hoist will be provided under the new shelter. Existing hydrant valves will be refurbished at all 32 existing hydrant valve pit locations on the hydrant loop and one location at the HHT check-out stand near the pump shelter. A safety shower/eye-wash station will be provided at the new pump shelter location. New electrical power distribution system and controls equipment will be provided in the existing Control Building. Stand alone split system DX HVAC will be added to the existing Controls Building. 1.Provide examples of projects performed as a prime contractor within the last seven (7) years that demonstrate successful experience in construction of hydrant fuel pumping systems and fuel piping associated with multiple pumps in a fuel pump house. Indicate project specifics and provide references with names and phone numbers. 2.Provide recent project examples demonstrating the successful installation of Programmable Logical Controllers (PLC) based pump control systems for automatic cycling of pumps based on varying dispensing demands. 3.Provide recent project examples that demonstrate experience in completing Class I, Division I wiring around fueling systems. 4.Provide recent project examples that demonstrate experience working with Type III hydrant refueling systems and related Automatic valves (including valve adjustment) and full system commissioning and startup. 5.Bonding Capacity: Provide surety ™s name, your maximum bonding capacity per project, and your maximum aggregate bonding. 6.Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, Veteran-Owned Small Business and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 23 July 2012, 2:00 pm eastern time via email to melissa.a.finnell@navy.mil. The subject line of the email shall read: P-1390, Upgrade Pump House, Barksdale AF, Shreveport, LA. Responses that do not meet all requirements or submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66b81db5e8160ad3ca5c41ddc2aafe68)
 
Record
SN02797074-W 20120711/120709234848-66b81db5e8160ad3ca5c41ddc2aafe68 (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.