Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2023 SAM #7893
SOURCES SOUGHT

Z -- Repair and Renovation Construction Services for Petroleum, Oil, and Lubricant (POL) Fuel Systems at Diego Garcia

Notice Date
7/6/2023 3:43:34 PM
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
POL_Construction_Diego_Garcia
 
Response Due
8/7/2023 1:00:00 PM
 
Archive Date
08/22/2023
 
Point of Contact
Joseph Cook, Phone: 8059822373, Lissa Kobeissi, Phone: 8059823038
 
E-Mail Address
joseph.d.cook3.civ@us.navy.mil, lissa.m.kobeissi.civ@us.navy.mil
(joseph.d.cook3.civ@us.navy.mil, lissa.m.kobeissi.civ@us.navy.mil)
 
Description
This Sources Sought Notice is a market survey for information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. There is no bid package or solicitation. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, CA is conducting a market survey of Joint-Ventures exclusively between United States and United Kingdom firms that are capable of performing repair and renovation construction services for Petroleum, Oil, and Lubricant (POL) fuel systems at Diego Garcia. The following conditions shall apply to such contracts involving any United States-United Kingdom Joint-Venture: Management control shall be vested in the United States partner or partners, The percentage of participation between United States and United Kingdom firms shall be a matter for negotiations between members of the joint-venture consortium, but in no event shall United States participation be less than sixty (60) percent, or United Kingdom participation be less than twenty (20) percent, A United States firm is any person, body, or corporation ordinarily resident in the United States of America. Firms that choose to respond to this sources sought notice are requested to provide a brief synopsis of work that they have performed previously that is the same or similar to the requirements listed below, as well as the approximate number of personnel that could perform the work required. Firms are also requested to provide their small business size and status (i.e. HUBzone, SDVOSB, etc.) if applicable. The applicable NAICS is 237120 Oil and Gas Pipeline and Related Structures Construction, with a size standard of $45M. The applicable product service code is Z2NA: Repair or Alteration of Fuel Supply Facilities. Responses of three to five pages are considered adequate to address the information being requested at this time. The work includes, but is not limited to, construction and engineering services to perform inspection, testing, design, and construction (primarily maintenance and repair) for pipelines, fuel storage tanks, and associated POL related equipment at Diego Garcia. The scope is for new construction, renovation, maintenance and repair within the NAICS code listed, primarily by design-build or secondarily by design-bid-build, of POL fuel systems projects at Government installations in Diego Garcia. The work required is primarily construction services for cleaning, inspecting and repairing (CIR) of existing fuel storage tanks; the repair of pipelines; and the sustainment, restoration and modernization (SRM) of associated POL facilities and equipment. The scope also covers surveying and repairing, or new construction of cathodic protection and corrosion control systems primarily located on fuel storage tanks and piping systems. Other areas where services may be required include, but are not limited to, spill containment systems, and all ancillary and POL support facilities and structures to include emergency backup power systems, fire protection systems, and control systems. Work performed under this contract must be in accordance with commercial and DoD standards such as the following examples: Applicable American Petroleum Institute (API) and Steel Tank Institute (STI) tank inspection practices and standards during repair and construction of DoD fuel storage facilities (i.e. API 650, API 653, STI SP001). Applicable DoD standards for Underground Storage Tank (UST) and Aboveground Storage Tank (AST) design, maintenance and operation. Applicable API standards for inspection, design, maintenance, operation, and its application during repair and construction of DoD liquid fuel piping and filtration systems (i.e. API 570, API 510) Coating systems application, specification, and repair of POL facilities (i.e. UFGS 09 97 13.15 and 09 97 13.27). In support of design-build strategies, each firm shall possess in-house capabilities or employ the services of Lead Architect-Engineering (A-E) Design Firm(s) experienced in the design development and coordination of projects within the scope of this announcement. Security Requirements: Work performed will be at the SENSITIVE but UNCLASSIFIED level. The government does not anticipate the need for a security clearance; however, if clearances are subsequently required, the contractor shall comply with SECNAV M5510.30, SECNAV Instruction M-5239.2, and Department of Defense (DoD) 8570.01-M. The contractor shall establish and maintain an access list of those employees working on the contract. It is estimated that multiple requirements exist each year in Diego Garcia for the work included in this announcement. In accordance with DFARS 252.204-7004, to be eligible for contract award, a joint-venture must be registered in the DoD System for Award Management (SAM). Registration can be submitted via http://www.sam.gov. The DoD SAM is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0fae21ee602341ca870f34187ce19ccb/view)
 
Place of Performance
Address: N/A, DGA
Country: DGA
 
Record
SN06739677-F 20230708/230706230056 (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.