Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

C -- Tulsa ANG Fuel Facility

Notice Date
3/25/2020 2:27:55 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV20R0031
 
Response Due
4/8/2020 12:00:00 PM
 
Archive Date
04/23/2020
 
Point of Contact
jason floyd, Phone: 9186697022, Rudolfo Morales, Phone: 9186697275, Fax: 9186697436
 
E-Mail Address
jason.l.floyd@usace.army.mil, rudolfo.j.morales@usace.army.mil
(jason.l.floyd@usace.army.mil, rudolfo.j.morales@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS For Oklahoma Air National Guard (OKANG) Fuels Facility, Tulsa This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a Fuel Facility for the OKANG.� Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing: The scope includes constructing three (3) 50,000 gal (each) welded horizontal steel above-ground fuel storage tanks complete with railings and associated necessary appurtenances, two commercial truck unloading stands with equipment canopies, two re-fueler loading stands with optional equipment canopies, enclosed Electrical Control House and Open Shelter Filter house, Fuel Operations Facility(building) with fuel testing laboratory, Re-fueler Vehicle Parking with cement concrete parking, secondary containment, and R-11 maintenance building. Additionally, the project includes constructing a Military Service Station (MSS) consisting of 8,000 gallons of diesel storage with two dispensing nozzles, 8,000 gallons of Motor Gas (MOGAS) storage with two dispensing nozzles, equipment, optional MSS dispensing area canopy, MSS Control Building, and secondary containment for tanks, offloading and dispensing. Site preparation will include extension of utility systems to site, preparation of site for above listed improvements, local streets and roads to support the above listed improvements, construction of site drainage retention and storm drainage systems; and construction of site security fencing and gates. Contractor will have to follow the City of Tulsa Infrastructure Development Process (IDP). The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 12 June 2020, and the estimated proposal due date will be on or about 13 July 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities beta.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): ��������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company � Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM CST 27 April 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to CPT Jason Floyd, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: jason.l.floyd@usace.amy.mil, and carbon copy Mr. Snyman, Tulsa District Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE MANDATORY METHOD TO SUBMIT A RESPONSE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6658478db52c4cfcaa2e41c05158b46e/view)
 
Place of Performance
Address: Tulsa, OK 74115, USA
Zip Code: 74115
Country: USA
 
Record
SN05600456-F 20200327/200325230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.