SOURCES SOUGHT
Y -- FY16 Southeast Ramp, Satellite Fuels (POL) Distribution Point, Cannon Air Force Base, Curry County, New Mexico
- Notice Date
- 5/19/2016
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP-16-R-0005
- Archive Date
- 10/7/2016
- Point of Contact
- Kathleen A. Mayer, Phone: 5053423391
- E-Mail Address
-
kathleen.mayer@usace.army.mil
(kathleen.mayer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For FY16 Southeast Ramp, Satellite Fuels (POL) Distribution Point, Cannon Air Force Base, Curry County, New Mexico This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award a new Southeast Ramp Satellite Fuels storage distribution point in compliance with current Air Force and American Petroleum Institute (API) standards. The project consists of constructing four truck fill stand islands equipped with four issue pumps, two offload pumps, emergency shut-off switches, current safety features, a pump house control room with microprocessor controls supported by two 5 KBBL above ground JP-8 fuels storage tanks with isolation valves, drains, and all other compliance appurtenances. Construct a refueling unit parking area for six R-11 refuelers and a distribution pump house with current safety and/or emergency features, backup generator, product recovery systems, receipt filter separator with product flow meters and associated hardware. Construct a 13 person driver's dispatch area and three offices adjacent to the pump house. The project also includes supporting utilities, site improvements, pavements, fire protection, communication system, protective fencing, outdoor lighting, cathodic protection, leak detection systems, spill containment, and all necessary support. Proposed project will be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using "Lowest Price, Technically Acceptable (LPTA)" process. The government intends to issue a solicitation using the LPTA process; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), women-owned small business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000. Estimated duration of the project is 730 calendar days. Minimum capabilities required include construction experience of DOD Petroleum Fuel Facilities in accordance with Unified Facilities Criteria (UFC) 3-460-01. UFC 3-460-01 also identifies additional criteria for DOD POL fuels design and construction including Military Specifications, Standards, Technical Manuals, Bulletins, Handbooks, Construction criteria and USAFE Standards. Minimum equipment required include typical horizontal and vertical construction equipment to include cranes, lifts, trucks, water trucks, trenchers, compactors, rollers, all terrain lifts, grading equipment, etc. The North American Industry Classification System code for this procurement is 237120 which has a small business size standard of $36.5 million. The Standard Industrial Code is Y1NA. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 30 June 16, and the estimated proposal due date will be on or about 01 Aug 16. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firms are invited to register electronically in order to access a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the FY16 Southeast Ramp, Satellite Fuels (POL) Distribution Point, Cannon Air Force Base, Curry County, New Mexico if solicited independently. 3. Firm's capability to perform a contract of this magnitude and complexity as described here in for the FY16 SE Ramp, Satellite Fuels (POL) Distribution Point. The project consists of constructing four truck fill stand islands equipped with four issue pumps, two offload pumps, emergency shut-off switches, current safety features, pump house control room with microprocessor controls supported by two 5 KBBL above ground JP-8 fuels storage tanks with isolation valves, drains, and all other compliance appurtenances. Construct a refueling unit parking area for six R-11 refuelers and a distribution pump house with current safety and/or emergency features, backup generator, product recovery systems, receipt filter separator with product flow meters and associated hardware. Construct a 13 person driver's dispatch area and three offices adjacent to the pump house. The project also includes supporting utilities, site improvements, pavements, fire protection, communication system, protective fencing, outdoor lighting, cathodic protection, leak detection systems, spill containment, and all necessary support. Minimum capabilities required include construction experience of DOD Petroleum Fuel Facilities in accordance with Unified Facilities Criteria (UFC) 3-460-01. UFC 3-460-01 also identifies additional criteria for DOD POL fuels design and construction including Military Specifications, Standards, Technical Manuals, Bulletins, Handbooks, Construction criteria and USAFE Standards. Previous construction projects must include construction of above ground storage tanks, refueling truck stands, back up generators, dispatch offices, load and unload stations, pump house, piping systems, drain systems, environmental protection features, site improvements, pavements, fire protection, product recovery systems, lighting, cathodic protection, leak detection, communication systems, ATFP and security systems. (include firm's capability to execute construction, comparable work performed within the past 5 years: 3a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples.) 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 10. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to FY16 Southeast Ramp, Satellite Fuels (POL) Distribution Point. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 p.m. MDT June 3, 2016. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Kathleen Mayer, Contract Specialist, Albuquerque District, kathleen.mayer@usace.army.mil. Firm's responses will not be considered by the Government in the acquisition decision, if a response fails to address all of the required information above. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-16-R-0005/listing.html)
- Place of Performance
- Address: Cannon Air Force Base, Curry County, New Mexico, Cannon Air Force Base, New Mexico, 88103, United States
- Zip Code: 88103
- Zip Code: 88103
- Record
- SN04122752-W 20160521/160519234607-ac991d95538fb966a0ddf5ce216fa11d (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 |