Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2004 FBO #0835
SOLICITATION NOTICE

Y -- FY04 REPLACE FUEL PIER, HURLBURT FIELD, FLORIDA (OKALOOSA COUNTY)

Notice Date
3/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-04-R-0017
 
Response Due
4/29/2004
 
Archive Date
6/28/2004
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
POC FOR SPECIFIC QUESTIONS RELATED TO THIS PROJECT IS MS. KAREN WILLIAMS AT FAX: 251-690-2902. THIS PROJECT IS ADVERTISED UNDER SECTION 8(a) OF THE SMALL BUSINESS ACT (15 U.S.C. 637(a) ). THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), PERFORMANCE P RICE TRADE OFF (PPTO) SOLICITATION. In general, work will consist of the following: Removal and replacement of an existing creosote pile/timber and underground POL pipeline with a new POL Off-Loading Marine Terminal and new double-walled underground pipe line. The new POL Off-Loading Marine Terminal consists of a concrete and steel wharf style bulkhead, mooring pilings and dolphins, pantograph arm and associated valves and equipment used to off-load fuel barges, and small CMU office/toilet building. Dred ging of the Santa Rosa Sound in the vicinity of the new Off-Loading Terminal will be required. New POL pipeline routed between the Off-Loading Marine Terminal and POL Yard shall consist of approximately 1,220 Meters of double-walled steel underground pipi ng, associated valves and equipment, and cathodic protection and leak detection systems. Jacking and boring of pipeline is required under roadways. Bid documents should be available on or around 29 March 2004. Estimated cost range of the project is from $1,000,000 to $5,000,000. Mr. Ed Slana is Contracting Officer for this project. The North American Industry Classification System (NAICS) code for this project is 237990. Note No. 1: Any prospective bidder interested in bidding on this solicitation mus t register for plans and specifications in order to download a copy of the solicitation and be placed on the plan holder's list. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet in order to be able to download the electronic files. The solicitation will be available only as a direct download. Thi s solicitation will not be issued on CD-ROM. IN ORDER TO DOWNLOAD A COPY OF THE SOLICITATION, GO TO VIEW/DOWNLOAD SOLICITATION FILES as indicated on the Internet at http://www.sam.usace.army.mil/. Registration instructions are available at the CLICK H ERE TO REGISTER prompt located right above this synopsis on the Internet at http://www.sam.usace.army.mil/. Neither telephonic, mailed, nor faxed requests will be accepted. Those registering are responsible for the accuracy of the information on the mail ing list. Registration must include the firms' physical address, telephone, a valid fax number and a point of contact to facilitate faxed amendments. Registration should be completed one week prior to the issue date. All notifications of changes to this so licitation will be made through the Internet only. It is therefore the Contractors responsibility to check this home page daily for the solicitation to be posted, and for any posted changes to this solicitation. Actual solicitation amendments will be issue d either by fax, posting for download to the aforementioned web page, or CD-ROM. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: CRITICAL PATH METHOD (NETWORK ANALYSIS SYSTEM) IS REQUIRED. Note No. 4: FOR THIS JOB, A SMALL BUSINESS IS DEFINED AS HAVING AVERAGE ANNUAL RECEIPTS OF LESS THAN $28,500,000 FOR THE PAST THREE YEARS. Note No. 5: THIS SOLICITATION INCLUDES BID OPTIONS WHICH MAY NOT BE AWARDED. Note No. 6: All advertisements of Mobile District projects will be through the FedBizOpps and/or the Mobile District Contracting Homepage. DETAILED INFORMATION ON THIS AND OTHER MOBILE DISTRICT PROJECTS (Ordering Solicitations, Points of Contact, Synopsi s of Work, Plan Holders, Bid Results, etc.) ARE AVAILABLE ON THE INTERNET AT: http://www.sam.usace.army.mil/ Note No. 7: A pre-proposal conference will be held at the Base Civil Engineers Conference Room on 15 April 2004 at 1:00 p.m. local time. The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions conc erning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference wi ll be prepared by the Government and placed on the Internet at http://www.sam.usace.army.mil/. All parties planning to attend should provide the following information to: U. S. Army Corps of Engineers P.O. Box 9217 Hurlburt Field, FL 32544-9217 Phone: 850-884-6491, FAX: 850-884-4369 by noon, 12 April 2004: a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. Request for attendance received after 12 April 2004 will not be accepted. Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understandin g or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work. Note 8: THIS IS A COMPETITIVE 8 (A) SET-ASIDE: This procurement is a Competitive 8(a) Set-Aside as established by Section 8 (a) of the Small Business Act (15 U.S.C. 637(a)). Only those firms meeting the Small Business Administration's (SBA) criterion, and have previously been certified by the SBA as a n 8(a) Contractor, are eligible to compete for this procurement. It has been determined by the SBA that competition will be restricted to 8(a) firms which have a NAICS code of 0237990 among their approved NAICS Codes and which are serviced by the following SBA District Offices: REGION IV. SPECIFIC QUESTIONS RELATED TO THIS PROJECT MAY BE ANSWERED BY MS. KAREN WILLIAMS AT FAX (251) 690-2902. FOR QUESTIONS ON DISTRIBUTION OF PLANS / SPECIFICATIONS PLEASE CONTACT THE PLANS ROOM, AT PHONE (251) 690-2535/2536, FAX (251) 694-4343.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00539864-W 20040310/040308223042 (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.