MODIFICATION
Y -- DESC 1501 Replace Fuel Distribution System, Joint Base McGuire Dix Lakehurst New Jersey - Amendment 5
- Notice Date
- 8/19/2014
- Notice Type
- Modification/Amendment
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-14-R-0008
- Response Due
- 8/8/2014 2:00:00 PM
- Archive Date
- 10/15/2014
- Point of Contact
- Loretta E Parris, Phone: 917-790-8182
- E-Mail Address
-
loretta.e.parris@nan02.usace.army.mil
(loretta.e.parris@nan02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W912DS-14-R-0008 AMENDMENT 0005 The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award the lowest price, technically-acceptable (LPTA), firm-fixed price contract, for the construction of a new fuel distribution system. The scope includes the construction of (a) a new bulk storage transfer pump house that includes; 3-600 GPM transfer pumps, 3-600 GPM receipt filter separators with by-pass capability, modern control system & emergency generator back-up power. The new pump house will be connected to existing tanks, hydrant system supply pipelines & receipt pipeline, and new offload system, which is also part of this construction contract, with carbon steel fuel piping; (b) replacement of existing ground fuel storage & distribution system with 2-20,000 gal self-contained above ground storage tanks with receipt & dispensing capability and required spill containment; (c ) installation of three dual position skid mounted truck off loading headers with associated spill containment; (d) demolition of access road & pavements, two fill-stands, a ground fuel pump house and four associated underground fuel tanks, the existing transfer pump house and the existing bulk fuel admin bldg. Site work which includes security fence modifications, area lighting, access road work, electrical service upgrades, alterations and additions to storm sewer, water, sanitary sewer systems, spill containment pavements, restoration of disturbed areas, contaminated soil remediation and cathodic protection of all components. Work is located at the Joint Base-McGuire Dix Lakehurst, New Jersey. The period of performance for this project is 540 calendar days from the Notice to Proceed date. The applicable North American Industry Classification System (NAICS) code is 237120 for Oil and Gas Pipeline and Related Structures Construction. The NAICS Code 237120 must be in the System for Award Management (SAM). It is the Contractors responsibility to monitor the Federal Business Opportunity Website for any amendments. The Small Business Size Standard for this NAICS Code is $33,500,000. The magnitude for this construction project is estimated to cost between $5,000,000.00 and $10,000,000.00. The evaluation criteria will be as follows: Factor 1- Past Relevant Experience of Offeror; Factor 2 - Past Performance of Offeror and Factor 3 - Qualifications of the Offeror's Construction Team. The detailed information regarding the selection criteria and requirements for this procurement will be provided in the solicitation. Evaluation criteria details will be further discussed in the RFP Solicitation. The Procurement Strategy will be 100% Small Business Set-Aside, Lowest-Price, Technically-Acceptable (LPTA) method in accordance with FAR Part 15.101-2. It is anticipated that the RFP will be issued on or about 3 June 2014 and the proposals will be due on or about 3 July 2014. The Solicitation Number is W912DS-14-R-0008. The specifications will be posted electronically via the Federal Business Opportunity website at www.fbo.gov. The Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, at 26 Federal Plaza, New York, New York 10278. All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Federal Business Opportunity (FedBizOps), located at http://www.fbo.gov, in order to safeguard acquisition related information for all Federal Agencies. Lack of registration in SAM will make Offeror ineligible to download the solicitation for award. Interested parties may download and print the solicitation at no charge from the FedBizOps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification and 2. Subscribe to the Mailing List for specific solicitations at www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors for downloads for solicitations, plans, specifications and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.2 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. The technical evaluation criteria will cover (1) Recent, Relative & Similar Past Experience Projects; (2) Past Performance and (3) Qualifications of the Offeror's Key Personnel & Construction Team. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Loretta Parris, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8182. Fax: (212) 264-3013 or via email Loretta.e.parris@usace.army.mil. This Synopsis is for Information Purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-R-0008/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03471310-W 20140821/140820000538-f22f5fd4d1b05bba287cf5418c4f11d3 (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 |