SOLICITATION NOTICE
Y -- MAF Spill Bucket Containment
- Notice Date
- 2/16/2016
- Notice Type
- Presolicitation
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
- ZIP Code
- 82005
- Solicitation Number
- FA4613-16-R-0012
- Point of Contact
- nathean W. Stoner, Phone: 7037735686, Joshua J. High, Phone: 307-773-3017
- E-Mail Address
-
nathean.stoner@us.af.mil, joshua.high@us.af.mil
(nathean.stoner@us.af.mil, joshua.high@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Notice: Funds are not currently available for this requirement. The Government currently plans to issue solicitation number FA4613-16-R-0012, Replace Spill Containment Buckets at all Missile Alert Facilities (MAF) for F. E. Warren AFB, WY; MAFs are located in WY, NE and CO. This acquisition is a Total Small Business (SB) set-aside under NAICS code 237120, with a size standard of $36.5 million. This acquisition is to have a Contractor be responsible for furnishing the labor, materials and equipment necessary to install two new spill containment buckets at each MAF. The spill buckets shall replace the buckets currently located at tanks 107 and 115 at all MAFs other than G-01. At G-01, spill buckets need to be replaced at tanks TK-107 and TK-118. The spill buckets shall be double-walled 15 gallon units capable of interstitial monitoring. Contractor will run electrical cabling in order to hook the interstitial monitor up to the existing Veeder-Root system. Contractor shall also ensure that a concrete mound is created around each new spill bucket. The spill buckets' upper edge will be raised at least 3 inches above the surrounding grade and the concrete mound will be tapered down away from the spill bucket to match the surrounding grade and to allow water to drain away from the spill bucket. The statement of magnitude for this acquisition is $250,000 to $500,000.00. The contractor shall abide by all local, state, and federal EPA guidelines and regulations during the performance of the awarded contract. In accordance with Department of Defense (DoD) policy, all contractors must be registered in System for Award Management (SAM), https://www.sam.gov, to be eligible to receive an award. It is anticipated that the Request for Proposal (RFP) will be issued on or about 01 March 2016 and will be posted on the Government-wide Point of Entry (GPE) at https://www.fbo.gov. The projected Period of Performance for this project is 105 calender days. This solicitation will be available via internet only, meaning solicitation documents will not be available by any other means. Questions shall be submitted in writing and directed to: Joshua High, Contract Administrator: joshua.high@us.af.mil; and Nathean Stoner, Contracting Officer: nathean.stoner@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d0bcd954995d9064059b7ccaa0720c6c)
- Place of Performance
- Address: Work To be done in NE, WY and CO, United States
- Record
- SN04020517-W 20160218/160216234219-d0bcd954995d9064059b7ccaa0720c6c (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 |