Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
DOCUMENT

P -- DBB CONSTRUCTION, FUEL TANK DEMOLITION, NAVAL WEAPONS STATION YORKTOWN, VIRGINIA - Attachment

Notice Date
5/18/2017
 
Notice Type
Attachment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008517R0331
 
Response Due
6/2/2017
 
Archive Date
12/31/2018
 
Point of Contact
Barbara Williamson 757-341-1388 Barbara.williamson@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR P1515, DESIGN-BID-BUILD CONSTRUCTION, FUEL TANK DEMOLITION, NAVAL WEAPONS STATION YORKTOWN, VIRGINIA Notice Type: Sources Sought Solicitation No: N40085-17-R-0331 Response Date: 02 June 2017 10:00 AM Eastern Time Classification Code: P500 “ Salvage/Demolition of Structures/Facilities (Other Than Buildings) NAICS Code: 238910 “ Site Preparation Contractors Magnitude of Construction: Between $5,000,000 and $10,000,000 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the following project: Project scope requires the demolition and removal of all JP-8 fuel facility components and DFSP Yorktown including ten (10) 50,000 BBL Bunkered Style AST Storage Tanks, associated fuel system piping, equipment, buildings, structures, electrical utilities, and site restoration, fuel pier piping components, etc. This action shall be completed pursuant to Resource Conservation and Recovery Act, 40 CFR Part 280, to the greatest extent possible and in accordance with the National Contingency Plan, 40 CFR Part 300, Subpart D, 29 CFR 1910, 29 CFR 1926, National Electrical Code, USACE Safety Regulation EM 385-1-1, and VDEQ Storage Tank Program Technical Manual VDEQ 01-2024D. Project components generally include, but are not limited to, the following: demolition of ten (10) 50,000 bbl, cut-and-cover storage tanks, approximately twenty one (21) reinforced concrete valve pits; generally include the following; demolish additive injection system equipment and associated structures adjacent to Colonial pipeline compound. Perform general site-wide grading and surface restoration in accordance with the grading plans including topsoil placement, turf establishment, erosion control measures, etc. Obtain all necessary permits, including delivery of needed plans to obtain such permits (e.g. Erosion and Sediment Control Plan), file Notice of Intent of disturbance greater than 1 acre, payment of any fees according to area of disturbance, prepare and submit to NAVFAC and USACE, Norfolk District. All utilities to be abandoned will be properly capped and or plugged at initial termination point and in associated structure or manway. Electrical appurtenances will be disconnected and removed and disposed of properly in accordance with all federal, state, and local regulations, however, the electrical circuit, which feeds the Colonial Pipeline, must remain active after work is finished. Minimize the time of electrical outage. Coordinate all outages with project engineer, Colonial Pipeline, and facility. All electrical work will be required to meet NEC standards. Contractor shall maintain permanent power to the Colonial Pipeline valve pit in accordance with NEC regulations. Contractor shall prepare and submit all required State of Virginia UST closure documentation to NAVFAC and USACE, Norfolk District for review. The Closure Report shall incorporate all comments by the NAVFAC, USACE, and NAVSUP prior to submission to State of Virginia (if required). Firms shall demonstrate a minimum bonding capacity per project of at least $6,000,000. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these services in January 2018. The appropriate NAICS Codes is 238910; the small business size standard is $15 million. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: 1. Completed SOURCES SOUGHT “ CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Note: If you are submitting as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. 2. Completed SOURCES SOUGHT “ PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two page per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on relevant projects. The attached Project Information Form shall be utilized to demonstrate experience. For purposes of this sources sought, a relevant project must meet the following requirements for size, scope and complexity: Size/Scope/Complexity: Project with cleaning and demolition of at least one 50,000 barrel or larger steel fuel or oil tank and associated appurtenances such as piping, valves, pumps, electrical components, and support structures. Site shall also have been regarded and seeded. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Barbara Williamson, barbara.williamson@navy.mil, and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN FRIDAY, JUNE 02, 2017 AT 10:00 AM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R0331/listing.html)
 
Document(s)
Attachment
 
File Name: N4008517R0331_Sources_Sought_-_Project_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R0331_Sources_Sought_-_Project_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0331_Sources_Sought_-_Project_Information_Form.pdf

 
File Name: N4008517R0331_Sources_Sought_-_Contractor_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R0331_Sources_Sought_-_Contractor_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R0331_Sources_Sought_-_Contractor_Information_Form.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04514949-W 20170520/170519001008-0a0731170ee436f79dfa1c34c6481cc0 (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.