Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
DOCUMENT

Y -- SOURCES SOUGHT FOR A MULTIPLE AWARD CONSTRUCTION CONTRACT FOR REPAIR AND RENOVATION CONSTRUCTION SERVICES FOR PETROLEUM, OIL AND LUBRICANT FUEL SYSTEMS AT VARIOUS LOCATIONS WORLDWIDE. - Attachment

Notice Date
3/8/2018
 
Notice Type
Attachment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
Solicitation Number
N3943018R2035
 
Response Due
4/6/2018
 
Archive Date
4/21/2018
 
Point of Contact
Tasha Womack - 805-982-5538
 
E-Mail Address
ne
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought and market survey announcement to obtain information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside the agency. The purpose of this announcement is to identify capable and qualified Large and Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified Hubzone Businesses (HUBZONE), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), and/or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). This Sources Sought Synopsis is one facet in the Government ™s overall market research. No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. The Naval Facilities Engineering and Expeditionary Warfare Center (EXWC), is seeking qualified Large and Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified Hubzone Businesses(HUBZONE), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), and/or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) sources with current, relevant qualifications, experience, bonding capacity and the personnel capability to self-perform multiple award construction services for repair and renovation of Petroleum, Oil and Lubricant (POL) fuel systems. The term œself perform  refers to performing relevant major trade work in-house in accordance with the provisions of FAR 52.219-14(c)(3). This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) is 237120 (Oil and Gas Pipeline and Related Structures Construction), with a Small Business Size Standard of $36.5 million. Specialty trade contractors are included in this group if they are engaged in activities primarily related to oil and gas pipeline and related structures construction. All structures (including buildings) that are integral parts of oil and gas networks (e.g., storage tanks, pumping stations, and refineries) are included in this industry. Task Orders issued under the proposed multiple award construction contract(s) will be performed at various federal sites worldwide, including but not limited to the Continental United States (CONUS) and Outside the Continental United States (OCONUS), such as the Marshall Islands, Diego Garcia, Guam, Korea and Japan and the European Area of Responsibility (AOR). Task Orders in foreign countries will be subject to the provisions of the applicable Status of Forces Agreement (SOFA). Task Orders issued for Japan will require certification that the awarded company has the appropriate Japanese Government Construction License. A multiple award, indefinite delivery, indefinite quantity (IDIQ MAC) type contract is anticipated, with task orders awarded using Firm Fixed Price (FFP) pricing schemes and competed among the contract holders. The length of this contract will be a base year plus four option years for a total of 5 years with an estimated value of $800,000,000. Relevant projects may include, but are not limited to: Sustainment, Restoration and Modernization of Fuel Facilities, Repair of Bulk Liquid Fuel Tanks, Repair of Liquid Fuel Pipelines, Repair of Fuel System Support Facilities, and Cathodic Protection. The majority of this work is required to be in accordance with multiple American Petroleum Institute (API) standards and practices in addition to relevant criteria published by multiple Professional Institutions and Societies such as: the National Association of Corrosion Engineers (NACE) and the American Society of Mechanical Engineers (ASME). Certifications and licenses in key areas are required to perform this work. The estimated cost range of individual task orders is $500,000 to $15,000,000. Interested sources are invited to respond to this sources sought announcement by submitting a document that addresses the required information below. The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information. 2) Type of Business: Identify whether your firm is a Large or Small Business, SBA certified 8(a), SBA certified HUBZone, SDVOSB, WOSB, VOSB, and/or EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Large or Small Businesses need to identify the locations in which you are willing and capable to work, both CONUS and OCONUS. 5) Experience: Submit a maximum of five (5) government or commercial projects your firm has constructed (minimum 100% completed by the submission due date) in the last 5 years, demonstrating your experience with sustainment, restoration and modernization of fuel systems support facilities construction services as indicated in this announcement, within the cost range of $500,000 to $15,000,000. Projects submitted shall demonstrate self-performed construction experience in accordance with the provisions of FAR 52.219-14(c)(3) in two (2) or more of the following types of work: Sustainment, Restoration and Modernization of Fuel Facilities; Repair of Bulk Liquid Fuel Tanks; Repair of Liquid Fuel Pipelines; Repair of Fuel System Support Facilities, Cathodic Protection. Demonstrate the ability to perform and/or manage multiple projects concurrently worldwide. For each of the projects submitted for experience evaluation, provide the following: ˆ’ title and location ˆ’ award and completion dates ˆ’ contract or subcontract value ˆ’ type of work ˆ’ customer information including point of contact, (phone number, and email address) ˆ’ whether the work was performed as a prime or subcontractor ˆ’ type of contract ˆ’ narrative project description ˆ’ description of the work that was self-performed by your firm, including the percentage self-performed If the project was design-build, identify the name and address of the A/E firm used to provide design or specify if the design was performed in-house.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3ddc69fb849a50b75918bf7e76ff7fd)
 
Document(s)
Attachment
 
File Name: N3943018R2035_GPOL_Sources_Sought_Notice_Final.pdf (https://www.neco.navy.mil/synopsis_file/N3943018R2035_GPOL_Sources_Sought_Notice_Final.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N3943018R2035_GPOL_Sources_Sought_Notice_Final.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1100 23rd Ave BLDG 1100, Port Hueneme, CA
Zip Code: 93043
 
Record
SN04847228-W 20180310/180308231025-c3ddc69fb849a50b75918bf7e76ff7fd (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.