Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

Z -- Construction and Repair of a Fuel System, Apron, Taxiway, Ramp, and Lighting at the Pittsburgh Air Reserve Station, PA

Notice Date
4/26/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-R-0023
 
Archive Date
8/31/2017
 
Point of Contact
Michael D. Hutchens,
 
E-Mail Address
michael.d.hutchens@usace.army.mil
(michael.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pittsburgh ARS - Consolidated (Fuels, Paving and Lighting) Contract - ADAL Fuel Hydrant System - Construct/Overlay Taxiway and Apron - Repair T-Ramp/West Apron Pavement - Repair/Add Apron Lighting OVERALL PROJECT DESCRIPTION: This project is in support of a new C-17 mission at the Pittsburgh Air Reserve Station (ARS) in Coraopolis, Pennsylvania. The project consists of four separate projects consolidated into one contract for the construction and repair to an existing fuel hydrant system, an apron, taxiway, ramp, and associated aircraft lighting. Work will be phased to allow the User continue operation of the current C-130 mission and to allow the User to assume partial operations of the C-17 mission during construction. The contract duration is estimated at 660 days, however an early required completion phase will require a 335 day duration. ADAL Fuel Hydrant System: This project consists of additions and alterations to an existing Fuel Storage and Delivery System to support a C-17 Mission. A new pressurized hydrant fuel system with 4 hydrants outlets will be constructed by converting two 2,500 barrel above ground bulk fuel tanks to operational tanks, and constructing one 5,000 barrel bulk fuel storage tanks. Construction includes a Type III standard pump house with hydrant loop pumps (totaling 1800-gpm of distribution capacity); all necessary equipment for a Type III standard fuel hydrant system; and hydrant hose truck checkout and product recovery system. Work also includes all necessary pumps, valves, filters, control systems, cathodic protection, fire protection, emergency generator and enclosure, utility and sewer connections, access pavements, fencing, and security lighting. Site preparation and improvements are included. The new pump house and site development will be adjacent to existing fueling site. New tank and pumps will be connected to the existing fuel system with a new transfer line. Construct/Overlay Taxiway and Apron: This project, along with the Repair T-Ramp and West Apron Pavements, will expand and improve the existing apron for C-17 maneuvering and parking. This project consists of construction of approximately 21,100 SY of concrete pavement and approximately 7,700 SY of flexible pavement. The pavement profile is suggested to consist of the following layers: 16 inches of Portland Cement Concrete (PCC), 6 inches of gravel consisting of 1-inch or less diameter rock, and 18 inches of stabilized soil as defined in design, or 16 inches of asphaltic concrete (AC), 6 inches of gravel consisting of 1-inch or less diameter rock, and 18 inches of stabilized soil as defined in design. Construction will include storm drainage, taxi lane striping, and seal joints. Repair T-Ramp/West Apron Pavement The repair work to the T-Ramp consists of replacement of approximately 37,000 square yards of existing asphalt cement and approximately 20,000 square yards of existing concrete pavement by re-grading to meet taxiway and apron slope requirements; installation of new 6 inch thick asphalt cement and 10 inch aggregate layer or 16 inch thick concrete pavement, respectively, with a drainage layer of aggregate on a base course separation layer; and installation of surface inlets and underground drainage structures for areas of water ponding. The repair work to the West Apron Pavement includes the addition of 12.5-ft x15-ft concrete apron slabs to the south and west sides of the West Apron; partial demolition of existing concrete slabs adjacent to new proposed slabs in order to form rectangular slabs pattern; over excavation, replacement, and re-compaction of clay soil subgrade; installation of drainage layer of aggregate on a base course separation layer; installation of new underground storm sewers and inlet structures; removal of existing taxiway lighting and conduit; installation of new aircraft tie downs and ground points; demolition of six existing apron lighting stands in the proposed new slab locations; restriping of taxi line; and joint sealing. Repair/Add Apron Lighting; This project includes demolition of existing 5-foot light poles and associated conduit, wiring, and generator around the East and West Apron. This project consists of construction of approximately 1,900-ft of conduit with low voltage wiring; high level poles; and new controls to permit operation of lights from Base Defense Operations Center. TYPE OF CONTRACT AND NAICS: The RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a Full and Open competitive procurement with 10% HUBZone price evaluation. Size Limitation $36.5M. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. Proposals will be evaluated using a staggered method of receipt in which the Past Performance and Management Plan proposals will be submitted prior to completion of the facility design, with the Small Business Participation Plan, Subcontracting Plan, and Price and Pro Forma proposals being submitted after the final design is issued via an amendment. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. Section 00112 of the solicitation, when issued, will include additional information regarding the selection process. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 10 May 2017 and approximate closing date is on or about 13 June 2017. It is anticipated that the request for price proposal will be issued on or about 21 June 2017. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. SITE VISIT: It is anticipated that the site visit will be held in late May 2017. Details regarding the site visit will be issued with the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerers shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Michael Hutchens Michael.D.Hutchens@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-R-0023/listing.html)
 
Record
SN04486556-W 20170428/170426235607-7bbcccc59a3f1f79dadf8cfa2f5a8cba (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  © 1994-2020, Loren Data Corp.