AWARD
Y -- Construct Flightline Fillstands, Luke Air Force Base, Arizona
- Notice Date
- 4/30/2015
- Notice Type
- Award Notice
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-15-R-0002
- Response Due
- 1/29/2015 2:00:00 PM
- Archive Date
- 5/30/2015
- Point of Contact
- Tracey Daggy, (213) 452-3239
- E-Mail Address
-
USACE District, Los Angeles
(tracey.i.daggy@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912PL-15-C-0005
- Award Date
- 4/30/2015
- Awardee
- SAI-TALON JOINT VENTURE (079281067) <br> 5903 FISHER ROAD <br> EAST SYRACUSE, NY 13057
- Award Amount
- $13,097,800.00
- Line Number
- 0001-0002
- Description
- This design-bid-build project consists of construction of four (4) JP-8 truck fillstands adjacent to the aircraft parking ramp using economical design and construction methods to accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-02). Each truck fillstand shall deliver 600 gallons per minute (GPM) of JP-8 fuel. Work shall include a 2,400 GPM Pump House with a spare pump, a filtration system, fuel supply line piping from the Petroleum, Oil, and Lubricants (POL) pumphouse to flightline fillstands with a hydrostatic leak detection system, a grounding system, concrete ramp with containment and site work, a thermomanagement system weather protection shelter, +100 additive tank, additive injection system provided by others, and utilities. All POL facilities must be designed using applicable Service specifications, American Petroleum Institute (API), and National Fire Protection Association (NFPA) Standards, and conform to Occupational Safety and Health Administration (OSHA) requirements, applicable Codes of Federal Regulations (CFR), and EPA, State, and local environmental regulations. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. THIS PROJECT IS AN UNRESTRICTED PROCUREMENT WITH HUBZONE PRICE EVALUATION PREFERENCE. This will be a Competitive Request for Proposal (RFP), using the Best Value Trade Off procedures resulting in a firm-fixed price contract. Both a technical and price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00 22 00, entitled Supplementary Instructions. It is the Government's intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 540 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is 237120, Oil and Gas Pipeline and Related Structures Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is between $15,000,000.00 - $30,000,000.00. The solicitation will be made available on or about December 12, 2014. All proposals will be due on or about January 13, 2015 at 2:00 P.M. Pacific Time. This is to notify all potential offerors that Solicitation No. W912PL-15-R-0002 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-R-0002/listing.html)
- Record
- SN03715405-W 20150502/150430235034-6791ecda5fb4b38e3b5df024ac6ee797 (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 |