Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

Y -- Construct Retail Fuel Facility (Lewis Main) at Joint Base Lewis-McChord, WA

Notice Date
5/6/2021 4:33:19 PM
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW-21-R-0023
 
Response Due
6/28/2021 1:00:00 PM
 
Archive Date
07/13/2021
 
Point of Contact
Curt Stepp, Phone: 2067646805
 
E-Mail Address
curt.d.stepp@usace.army.mil
(curt.d.stepp@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Construct Retail Fuel Facility (Lewis Main) at Joint Base Lewis-McChord, WA FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW-21-R-0023.� �This requirement is to construct a Retail Fuel Facility at Joint Base Lewis-McChord (Lewis Main), WA.� This Request for Proposal (RFP) is available to all qualified small business firms with active SAM registration under North American Industry Classification System (NAICS) Code 237120, Oil and Gas Pipeline and Related Structures Construction.� All non-small businesses are deemed ineligible to submit a proposal.� In accordance with DFARS 236.204, construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. �100 percent payment and performance bonds will be required. The fuel facility will support installation and transient tactical and non-tactical vehicles, including fuel storage, dispensers, and an operations building.� Specifically, the scope entails construction of a controls building, fuel gauging and monitoring systems, fuel storage tanks, and fueling receiving, offloading, storing, and transferring/dispensing systems and sub-systems.� Supporting facilities include general utilities, paving, fuel spill containment, storm drainage, on-site storm runoff infiltration facilities, and site preparation.� The new fuel storage tanks will contain of ground fuel products (e.g., gasoline, diesel, biodiesel, E-85, etc.) or aviation (e.g., Jet A, JP-8, etc.) fuels.� They will be horizontal aboveground tanks and will include all associated piping, pumps, vents, hatches, automatic tank gauging, independent alarm systems, platforms, railings, ladders, foundations, supports, and all other necessary incidentals. Proposal Evaluation: The Government will use the procedures in FAR 15.3 �Source Selection� under competitive negotiated proceedings to select the Offeror that represent the best value to the Government. Award of the contract will be made to the technically acceptable responsible Offeror submitting the lowest priced offer (based on the total of all line items on the Price Schedule) � Lowest Priced Technically Acceptable Offer (LPTA) in accordance with Federal Acquisition Regulation (FAR) 15.101-2.� All evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT�28 May 2021 the solicitation documents for this project will be available via the website https://beta.sam.gov/ �under Contract Opportunities W912DW-21-R-0023. Your firm must be registered with https://beta.sam.gov/to download the solicitation documents. NO CD�S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://beta.sam.gov/. Offerors are responsible for checking https://beta.sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to https://beta.sam.gov/ and add the solicitation to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this solicitation. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Curt Stepp at email: Curt.D.Stepp@usace.army.mil. All questions must be submitted in writing to the above point-of-contact. �No phone calls.� Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b559c4590ab64901bf20e430136f1202/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN05993807-F 20210508/210506230114 (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.