SOURCES SOUGHT
Y -- Tank Compliance Repairs
- Notice Date
- 7/27/2017
- 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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-17-S-M0018
- Archive Date
- 8/17/2017
- Point of Contact
- Teri Edwards,
- E-Mail Address
-
Teri.J.Edwards@usace.army.mil
(Teri.J.Edwards@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Request for Information (W9128F-17-S-M018) Tank Compliance Repairs F.E. WARREN, WYOMING The Omaha District, US Army Corps of Engineers is seeking Section 8(a) Participants that qualify under the North American Industry Classification System (NAICS) Code 237120 - oil and Gas Pipeline and Related Structures Construction for the following requirement located at FE Warren, WY. This summary of work is to replace the manway gaskets, plunger assembles tips and perform hydrostatic or pneumatic testing of the spill buckets/sumps to document the spill buckets are in compliance in accordance with Petroleum Equipment Institute Recommended Practice 1200 (RP 1200) current edition. These locations are in highly restricted areas and all personnel will require the appropriate background check before entering the site. Escorts will be required in accordance with base procedures and these escorts will be provided by the Base. A Field Engineer, proved by the USACOE, will be on site at all times to preform oversight of the contractor's services. Major activities will include providing repair and testing at the Missile Alert Facility for one 2,500 gallon UST and 14,500-gallon UST and the LF 4,000 gallon USTs. The 4,000 and 14,500 gallon tank will require replacement of the manway gasket and plunger assembly tip. The 2,500 gallon tank does not have a manway and only requires replacement of the plunger assembly tip. The Contractor shall perform hydrostatic or pneumatic testing of the spill buckets/sumps to document the spill buckets are in compliance with RP 1200 current edition. Estimated completion date would be October 2018 This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, specifically 8(a) small business participants or 8(a) Joint Venture teaming arrangements that qualify under NAICS Code 237120 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price. The estimated price range for this effort is more than $1,500,000. (See FAR Part 6.204). THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information 1. What is your company name, address, point of contact, phone number, and e-mail address? 2. What is your business size? 3. Do you have any corporate affiliations? If so, please identify. 4. Are you interested in participating as a leader or member of a small business-led team? a. If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b. Provide a list of potential team members and associated disciplines, if known. c. Describe your current/anticipated team management structure. Past Performance Information 5. Please provide any past performance information for the previous 3 years that clearly demonstrates familiarity and experience with the requirements. For each project, include the following information: a. Size, term, and complexity of job; b. Information on your role as either a prime contractor or subcontractor; and c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 6. Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on similar type projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. Responses to this announcement may be sent electronically to Teri Edwards at Teri.j.Edwards@usace.army.mil and Denise Cramer at Denise.M.Cramer@usace.army.mil and should arrive no later than 2:00 p.m. 2 AUGUST 2017. Responses should be limited to no more than 5 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION - CECT-NWO-M ATTN: DENISE CRAMER 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Denise Cramer at 402-995-2057 or via e-mail at the address above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-S-M0018/listing.html)
- Place of Performance
- Address: FE Warren, Wyoming, United States
- Record
- SN04600424-W 20170729/170727231959-8255a5b790a8234d28586ceec6b2a359 (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 |