Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOLICITATION NOTICE

Z -- Replace Product Recovery Tank

Notice Date
5/7/2020 10:58:45 AM
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
W7N7 USPFO ACTIVITY WVANG 167 MARTINSBURG WV 25405-7704 USA
 
ZIP Code
25405-7704
 
Solicitation Number
W50S8V-20-B-0003
 
Response Due
5/25/2020 1:00:00 PM
 
Archive Date
06/09/2020
 
Point of Contact
Christopher P. Broschart, Phone: 3046165231, Ryan E. Belfield, Phone: 3046165412
 
E-Mail Address
christopher.p.broschart.mil@mail.mil, ryan.e.belfield.mil@mail.mil
(christopher.p.broschart.mil@mail.mil, ryan.e.belfield.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL IFB SMALL BUSINESS SET-ASIDE NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction The 167th Airlift Wing intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide: 1. Demolition of (1) 4,000 Gallon PRT Underground Storage Tank and return area back to its natural state. During construction/demolition CONTRACTOR shall ensure minimal fueling mission impact by coordinating with GOVERNMENT prior to taking defective PRT completely out of service. �2. DEMO current stairs and catwalk installed on three (3) Above Ground Storage Tanks (AST). Install stair and platform structure to allow access to the top of three (3) AST�s and install handrail fall restraint system on three (3) individual AST�s.� 3. Provide engineering solutions and construction for (1) 1,500 and (1) 500 gallon Above Ground Storage Tank Product Recovery Tank (PRT).� Upon approval of Shop Drawings the CONTRACTOR shall provide all the equipment, material, and labor necessary to perform the repair/upgrade/remove/replace work at the 167th Airlift Wing 222 Sabre Jet Blvd, Martinsburg, WV.� All work shall comply with trade standards, all applicable codes and UFCs to include but not be limited to UFC 3-460-01, UFC 4-020-02FA, and DoD Standard Design AW 78-24-28. The contract duration is 365 days after notice to proceed. This project is set aside 100% for Small Businesses. The North American Industry Classification (NAICS) Code is 237120, with a size standard of $39.5M. The magnitude of construction is between $250,000 and $500,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent 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 percent subcontract amount that cannot be exceeded�. The tentative date for issuing the solicitation is on-or-about 26 May 2020. The tentative date for the pre-bid conference is on-or-about 9 June 2020, 1:00 PM local time, location will be in solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 1 June 2020 via email to christopher.p.broschart.mil@mail.mil and ryan.e.belfield.mil@mail.mil. The bid opening date is scheduled for on-or about 26 June 2020. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).� (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at beta.SAM.gov DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to www.bet.sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Martinsburg, WV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1dd5b4fc88a54103b07b71986658ac46/view)
 
Place of Performance
Address: Martinsburg, WV 25405, USA
Zip Code: 25405
Country: USA
 
Record
SN05650164-F 20200509/200507230206 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.