Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

99 -- Fuel Storage Tank Replacement and Management - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
27377
 
Response Due
6/21/2017
 
Archive Date
6/21/2017
 
Point of Contact
Keri Henderson, keri.henderson@faa.gov, Phone: 202-267-4428
 
E-Mail Address
Click here to email Keri Henderson
(keri.henderson@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. Introduction/Purpose The purpose of this Market Survey is to (1) inform industry of the Federal Aviation Administration s requirement for acquisition, integration, logistics, and management support to the Fuel Storage Tank Replacement and Management (FST) Program, (2) conduct market analysis to assess the level of interest and capabilities among qualified providers of the required services as well as determine whether adequate competition exists to set-aside the competition among small businesses, and (3) utilize inputs from the Market Survey to finalize the acquisition strategy. 2. Nature of Competition In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1, this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors along with soliciting comments from industry for the attached draft Statement of Work (SOW). The responses to the Market Survey will be used for information purposes only and will not be released, except pursuant to a Freedom of Information Act (FOIA) request. Proprietary information will be protected if appropriately marked. The FAA will assess the responses to this market survey and will make acquisition decisions based on those responses. The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses (SDVOSB), or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. If the FAA decides to conduct an open competition, it may limit the competition to only those vendors who respond to this market survey. 3. General This market survey is only for the purpose of identifying potential sources. This is not a Screening Information Request or Request for Proposals of any kind. The FAA will not accept unsolicited proposals. The FAA is not liable for costs associated with the preparation, submittal of inquiries, or responses to this announcement, and will not reimburse any firm for cost incurred in responding to this public announcement. Since this is a market survey announcement, no evaluation letters and/or results will be issued to the respondents. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities (FAACO) web page. It is the Contractor s responsibility to monitor this site for the release of the solicitation. 4. North American Industry Classification System The NAICS codes for this procurement are the following: 237120 with a size standard of $36.5 million 444190 with a size standard of $20.5 million 327390 with a size standard of 500 employees 332420 with a size standard of 750 employees 332999 with a size standard of 750 employees 423510 with a size standard of 200 employees If you believe that another NAICS code is more appropriate to the work specified in this market survey, include supporting justification with your alternate NAICS code. Suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code. 5. Description of the Required Services This is anticipated to be an Indefinite Quantity Indefinite Delivery (IDIQ) Contract with a base period of performance of one (1) year and four (4) two-year option periods. The FAA has a requirement for project management, configuration management, logistics support, quality control, and performance requirements for TANKs and associated equipment being acquired. TANKs and associated equipment, or proposed equivalents, must meet performance requirements specific in this scope and required by regulation, codes, and referenced standards. The FAA intends to order and replace at least 100 TANKs per year, including all associated spill containment, piping, and valves. The Contractor must have TANKs floor ready at contract award to begin fulfilling orders. The Contractor must provide all necessary management, equipment, engineering, logistics support, parts, spares provisioning, and documentation to support the acquisition of the TANKs and associated equipment. Any vendor that believes it can provide these services is invited to submit a capability statement addressing its abilities to meet all of the requirements identified below and in the attached draft high-level specification document. In order to make this determination, the FAA requires the following information from interested businesses. CAPABILITY STATEMENT: All responders must provide a Capability Statement that addresses each of the following capabilities that are of concern to the FAA. These topics are to be addressed in the order presented below: a. Provide a brief description of your company's expertise and qualifications for project management, configuration management, logistics support, quality control, and performance requirements for TANKs and associated equipment being acquired. Address whether the effort(s) were part of a teaming arrangement and provide the name of the teammate. b. List experience as a prime contractor administering Government contracts that are similar in size, scope, and complexity to this effort. c. Identify product(s) meeting the attached draft specification. For identified product(s), provide what percentage of the system is manufactured/assembled in the United States. d. Provide a description of capabilities to meet the requirements of the market survey Statement of Work. Specific capabilities that must be addressed include: *Program Management (Cost tracking,Delivery tracking and Scheduling/scheduling coordination with construction contractors) *Integrated logistics, including obtaining parts and equipment from other vendors, packaging, and shipment *Meeting delivery schedules for tanks and equipment within and outside the continental United States *Warranty support to tanks within and outside the continental United States e. Provide delivery capabilities to include estimates of manufacturing and delivery schedules from the date of receipt of an order. 6. Questions/Comments/Access to Market Survey Attachments For questions regarding this Market Survey and/or to request access to Attachments J.2, J.3, J.4, J.5, and J.6 referenced below, contact Keri Henderson at keri.henderson@faa.gov and Ryan Thompson at ryan.thompson@faa.gov. All questions/requests for additional information must be received by Wednesday, June 7, 2017 at noon EDT. 7. Submittal Requirements for Market Survey To be considered responsive, the FAA requires the following information from interested vendors: a. Capability Statement (as defined above). b. Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable). c. Comments on the draft Statement of Work, if applicable. 8. Market Survey Responses Submission Instructions Interested businesses are to provide capability statements on company letterhead and limited to a total of ten (10) pages (using 12 point Times New Roman font, 11 x 8 paper, and 1-inch page margins). All responses (one per company) must be submitted via email to Keri Henderson at keri.henderson@faa.gov and Ryan Thompson at ryan.thompson@faa.gov in *.doc, *.docx, or *.pdf format. No other form of submission will be accepted. RESPONSES ARE DUE BY Wednesday, June 21, 2017 at 2:00pm EDT. Attachments: a. Draft Statement of Work b. Attachment J.2 Tank and Equipment Layout c. Attachment J.3 Tank and Piping Layout Elevation View d. Attachment J.4 Propane Tank Layout e. Attachment J.5 Tank Material List Parts List f. Attachment J.6 End Mount and Side Mount Service Platform If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27377 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/27377/listing.html)
 
Document(s)
Attachment
 
File Name: Draft FST Statement of Work (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78623)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78623

 
File Name: Attachment J.2 Tank and Equipment Layout (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78624)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78624

 
File Name: Attachment J.5- Tank Material List - Parts List (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78627)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78627

 
File Name: Attachment J.6 End Mount and Side Mount Service Platform (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78628)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78628

 
File Name: Attachment J.3 Tank and Piping Layout Elevation View (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78625)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78625

 
File Name: Attachment J.4 Propane Tank Layout (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78626)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78626

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04523282-W 20170527/170526001850-f7d187e4dbedd984655173381802d37a (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.