Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
SOLICITATION NOTICE

Y -- F-22 Fuel Dispensing System, JBER, ALASKA (JBE081)

Notice Date
12/3/2024 4:34:56 PM
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB25R0003
 
Response Due
1/8/2025 3:00:00 PM
 
Archive Date
01/23/2025
 
Point of Contact
Ronald K. Jackson, Phone: 9077535596, Fax: 9077532544, Theresa AFRANK, Phone: 9077532739
 
E-Mail Address
ronald.k.jackson@usace.army.mil, theresa.m.afrank@usace.army.mil
(ronald.k.jackson@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
TITLE: F-22 Fuel Dispensing System, JBER, ALASKA (JBE081) Identify set aside type PSC Code: Y1NA - CONSTRUCTION OF FUEL SUPPLY FACILITIES NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction Solicitation Number: W911KB25R0003 Description: This is a pre-solicitation notice for a full and open Request for Proposal (RFP) to provide Petroleum, Oil, and Lubricant (POL) infrastructure necessary to support the 5th generation F-22 fighter aircraft at Joint Base Elmendorf-Richardson (JBER), Alaska to ensure readiness to support Global Strike Task Force and project overall air dominance. The project includes design documentation for a new JP- 8 Tank Farm #6 that includes the following major components: � Jet-fuel pumphouse generally conforming to AW 078-24-28 DOD Standard Pressurized Hydrant Fueling System Type III, including two 5,000-Barrel aboveground storage tanks and diesel standby generator � Underground receipt pipeline (1,800 gpm) from the existing transfer line to the new pumphouse � 2-position truck offload stand with canopy � 4-position fuel truck fill stand and hydrant hose truck checkout station with canopy � Underground stainless steel hydrant loop to supply fueling points at truck fill stand � Demolition of existing Tank Farm #5 facility, including existing underground storage tanks, canopies, fuel truck fill stands, etc. � Overall, this project will increase fuel storage for the F-22�s from 150,000 gallons to 420,000 gallons. The addition of Tank Farm #6 and demolition of Tank Farm #5 will increase system capabilities at JBER. The estimated dollar magnitude of this project is anticipated between $50,000,000 and $75,000,000. The performance period will be approximately 931 calendar days. The procurement will be conducted using source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is subject to availability of funds. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. Anticipated NTP: 15 May 2025 with a 931 calendar-day period of performance; the Davis Bacon Act will apply. (1) PROJECT INFORMATION: Provide POL infrastructure necessary to support the 5th generation F-22 fighter aircraft at Joint Base Elmendorf-Richardson (JBER), Alaska. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Factor 1 � Past Performance (Confidence Assessment) Factor 2 � Technical Approach Factor 3 � Project Execution Concept/Schedule Factor 4 � Organization/Key Subcontractors Factor 5 � Extent of Participation of Small Businesses Factor 6 � Price and Pro Forma Information (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 8 January 2025 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number (W911KB25R0003). Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror�s responsibility to check for any posted changes to this solicitation. NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB25R0003. IN ORDER TO SUBMIT A PROPOSAL, VENDORS MUST REGISTER IN THE PIEE SYSTEM AND MUST HAVE A PROPOSAL MANAGER ROLE ESTABLISHED. ADDITIONAL INFORMATION REGARDING PROPOSAL MANAGER, PROPOSAL MANAGER FUNCTIONS AND POSTING OFFERS CAN BE FOUD AT https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a783726dffa6418ab94148ad3a8a9b70/view)
 
Place of Performance
Address: AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN07279994-F 20241205/241203230213 (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.