Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2016 FBO #5427
MODIFICATION

Y -- Construct Hydrant Fuel System, Dover Air Force Base, Delaware - Solicitation 2

Notice Date
9/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-R-0037
 
Archive Date
11/16/2016
 
Point of Contact
Robert R Hilton, Phone: 2156566911
 
E-Mail Address
robert.r.hilton@usace.army.mil
(robert.r.hilton@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 The Philadelphia District intends to initiate a Request For Proposals and award a single Firm-Fixed Price contract for the construction of a new Type III Hydrant Fuel System at Dover AFB, Delaware. The acquisition will be solicited using the procurement process prescribed in Part 15 of the Federal Acquisition Regulations. The Government intends to award using the Best Value Tradeoff Process to one responsible offeror whose proposal conforms to all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government. There will be a pre-proposal site visit to allow prospective offerors access to the site. The date and time is to be determined; offerors are urged and expected to inspect the site where the work will be performed during this one escorted site visit the Government will host. Note: The solicitation and subsequent contract will include FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigation and Conditions Affecting the Work. All interested offerors will be expected to contact Joseph Durkin via email at Joseph.A.Durkin@usace.army.mil within 5 calendar days after the solicitation has been posted. Each offeror will be restricted to two attendees; provide the following information in the email: name, company name, email, and phone number. This requirement is to construct a new Type III Hydrant Fuel System on the east side of the Dover AFB airfield to fuel aircraft parked on the hazardous cargo apron at Dover Air Force Base, Delaware. The work consists of, but is not limited to, construction of a new pump house with controls room, two 5,000 barrel storage tanks, and an underground delivery system to three fuel hydrants. The underground delivery system includes fuel filters/separators, a product recovery system, underground stainless steel receipt and hydrant loop piping, cathodic protection, isolation valves, and leak detection system. Also included in the work are cutting and filling to achieve site grades, AT/FP measures, fire control, utilities, pavements, storm water management, soil contamination, communications support, and incidental related work. Existing site conditions include existing fill materials and moisture sensitive soils consisting of silts and clays. Consequently, prudent earthwork techniques must be utilized to facilitate fill placement and compaction activities. The soil appears to be uncontaminated based on testing but it should be considered that there is always the potential to encounter contaminated soil. The contract duration will be a total of 730 calendar days from Notice to Proceed for all work and services. The contract will contain Liquidated Damages, for failure to complete the work within the designated performance period, the daily rate will be published in the solicitation. Notice to proceed shall be contingent upon successful submission of Payment and Performance Bonds. This acquisition will be solicited using the procurement process prescribed in Part 15 of the Federal Acquisition Regulations. The Government intends to award a contract resulting from this solicitation to a single responsible offeror whose proposal, conforming to the terms and conditions of the solicitation represents the overall best value to the Government after evaluation in accordance with the factors and sub factors in the solicitation without discussions. The offeror's initial proposal should therefore contain the offeror's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Proposals will be evaluated against the following factors and subfactors (both listed in descending order of importance) as listed in the solicitation: Factor 1 - Relevant Construction Contractor Experience, Factor 2 - Subcontractor Utilization Plan, Subfactors: Proposed Subcontractor's Qualifications, Construction Experience, and Management, Factor 3 - Technical Approach - Subfactors: Key Personnel, and Teaming, and Factor 4 - Past Performance, Construction. All evaluation factors other than price, when combined, are significantly more important than Price; however, Price will remain a significant factor and will increase in significance in the selection decision the closer two proposals are in rating and ranking. Solicitation Number W912BU-16-R-0037 will be issued on or about September 2, 2016, with a proposal due date of about November 1, 2016 at 4:00 p.m.EST. The estimated order of magnitude of this project is between $10,000,000.00 and $25,000,000.00. The NAICS Code for this project is 237120 and the small business size standard is $36.5 million. Davis Bacon rates will be applicable to the contract. Performance and Payment bonds will be required for 100% of contract award. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via the FBO internet homepage. Hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-866-237-0275 or by accessing the following internet website: http://www.dol.gov/vets/vets-100.html. All contractors must be registered in the DODs System for Award Management database at www.sam.gov (formerly Central Contractor Registration) as required by DFARS 204.1103. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. The POC for this action is, Robert Hilton, Contract Specialist, at robert.r.hilton@usace.ermy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-R-0037/listing.html)
 
Place of Performance
Address: Dover Air Force Base, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN04294478-W 20161002/160930234457-7badddafc5fbe86e158a4efcc54b6b22 (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.