Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2002 FBO #0326
SOLICITATION NOTICE

Y -- Replace Bulk Fuel Storage Tanks

Notice Date
10/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-01-R-0351
 
Point of Contact
Agnes Copeland, Contracting Officer, Phone 843-820-5975, Fax 843-818-6866, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
copelandap@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The work in this project includes the demolition of the existing fueling facility, including seven 850 kL (5,000 barrel) cut-and-cover underground jet fuel storage tanks and associated fuel pumps, fuel distribution piping and refueler fillstands. The work includes the removal and disposal of asbestos, lead paint and petroleum contaminated soil and groundwater. Work performed on the existing tanks and piping is to be performed in accordance with the requirements of the Louisiana Code, Title 33, Department of Environmental Quality, Part XI Underground Storage Tanks as these tanks and associated piping are registered with the State as an underground storage tank system. Work on the existing system must be performed by personnel registered/certified in accordance with the Louisiana Department of Environmental Quality. This project includes the construction of a new fueling facility which includes three 2,044 kL (12,000 barrel) aboveground storage tanks with cathodic protection and a pile supported foundation, pumphouse, fuel distribution piping, refueler loading and truck offloading stations, refueler parking, operations/laboratory building with a pile supported foundation, storm drain system including oil/water separators, fencing, lighting, pavements and utilities. Due to existing soil conditions, the area below the refueler parking must be surcharged prior to constructing the parking area. The project schedule consists of two phases to allow the facility to be in operation at all times. The entire project shall be completed in 30 months. The total estimated value of this acquisition is between $5,000,000 and $10,000,000. The construction schedule will be completed in two phases with an overall completion time of 615 calendar days. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. This solicitation will be issued with 100% Plans and Specifications. Technical Factors that will be addressed in the Request for Proposal (RFP) will include Past Performance, Small Business Subcontracting Plan, and Technical Qualifications. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated proposal; and award to the offeror submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The Government intends to issue the Request for Proposals (RFP) electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil , on or about 05 Nov 2002. Proposals will be due around 05 December 2002. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The RFP, including the plans and specs, will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-2500, ext. 24. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to (843) 818-6866, Attn: Agnes Copeland, Code ACQ12AC; or e-mailed to copelandap@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 237120: Oil and Gas Pipeline and Related Structures Construction. The Small Business Size Standard is $28,500,000.00.
 
Place of Performance
Address: Naval Air Station-Joint Reserve Base, New Orleans, LA
 
Record
SN00192038-W 20021024/021022213501 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.