SOURCES SOUGHT
Z -- Repair Tank Farms 3 and 4
- Notice Date
- 7/20/2022 2:03:56 PM
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FXSB_17_4704
- Response Due
- 8/3/2022 1:00:00 PM
- Point of Contact
- Katy Peace, Jazmine McWilliams
- E-Mail Address
-
katrina.peace.1@us.af.mil, jazmine.mcwilliams@us.af.mil
(katrina.peace.1@us.af.mil, jazmine.mcwilliams@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OR REQUEST FOR PROPOSAL BUT FOR INFORMATIONAL AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost in developing information provided to the Government.� If a solicitation is issued, it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from responses to this announcement.� This Sources Sought is only intended to identify potential sources for the purpose of market research.� The draft Statement of Work (SOW) describes only the currently contemplated scope of a potential requirement and may vary from the scope of the requirement in a final SOW included in any RFP. The Sources Sought number is FXSB_17_4704 and shall be used to reference any written responses to this Sources Sought. The anticipated North American Industry Classification Systems (NAICS) code is 237120, Oil and Gas Pipeline and Related Structures Construction, with a size standard for the proposed NAICS of $39.5 M. REQUIREMENT:� Repair Tank Farms 3 & 4 The purpose of this project is to consolidate the bulk JP-8 and ULSD storage and issue capabilities of Fuel Farm #3 and Fuel Farm #4. �The existing bulk storage USTs at Fuel Farm #3 and #4 are of 1950�s vintage and have reached the end of their service life. �The Fuel Farm #3 and #4 aviation and bulk ULSD infrastructure will be demolished, along with the underground JP-8 transfer pipeline, and reconstructed as a consolidated system at the Fuel Farm #4 area. �The consolidated facility will have six 50,000-gallon double-wall USTs for JP-8 storage and one 25,000-gallon double-wall UST for ULSD storage. �A new filter building with control room and motor control center (MCC) will also be constructed at Fuel Farm #4. �A new truck loading and offloading area will be provided for ULSD receipt and issue west of the existing truck fillstands. �Additionally, a return to bulk station will be constructed at the existing JP-8 truck fillstand. In place of Fuel Farm #3, a new Retail Station with two ULSD and two JP-8 dispensers will be constructed. �The existing USTs for retail sales will be reused. �The new service station building will contain an office, bathroom, and eyewash station. Contractor shall provide all labor, materials, equipment, hardware, software and programming necessary to provide fully functional repairs for Tank Farms 3 and 4 in accordance with (IAW) the SOW and as detailed in drawings and specifications. CAPABILITY STATEMENT:� Firms responding to this Sources Sought notice are requested to provide a capability statement.� At a minimum, the capability statement must include: Company Name Point of Contact Name Unique Entity Number (UEI) and CAGE Code Small Business socio-economic status under NAICS 237120 Brief descriptions of recent and relevant projects for tasks similar to those in the draft SOW with the associated agency�s name, contract number (if applicable), and agency point of contact If work was conducted under a teaming agreement, please annotate if work was performed as the prime or the subcontractor Capability statements must be submitted via e-mail to the POCs listed below no later than 1:00 PM Alaska Standard Time on 3 Aug 22.� Telephone responses will not be accepted. Name: Katy Peace Email: katrina.peace.1@us.af.mil Name: Jazmine McWilliams Email: jazmine.mcwilliams@us.af.mil Future information about this acquisition, including issuance of a Request for Proposal or an Invitation for Bid, or applicable amendments, will be issued through SAM.gov.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23750bce04044f088f6704873d71ed5f/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06396293-F 20220722/220720230119 (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 |