SOLICITATION NOTICE
Y -- Construct Multi-Product Refinery Interface
- Notice Date
- 9/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Code ACQ0262, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-03-R-1405
- Response Due
- 11/17/2004
- Archive Date
- 12/2/2004
- Description
- This project includes all labor, transportation, materials, equipment, and supervision necessary for the installation of a new 5,000 Bbl tank and containment berm, a small pumping station, an aboveground valve station, a new truck loading station, and approximately 1500 linear feet of new fuel pipelines connecting these facilities to existing pipelines. The new 5,000 Bbl tank will be approximately 42-feet in diameter and 20-feet high. The new aboveground valve station will be tied into the existing buried refinery line and will consist of an open station on a concrete slab measuring approximately 10-feet by 25-feet. The valve station piping will extend to a minimum height of 4-feet above the slab. The new pumping station will be located adjacent to the spill containment basin. It will consist of an open station on a concrete slab approximately 30-feet by 25-feet. The pumping station piping will extend to a maximum height of 7-feet above the slab. New pipelines will be required between the new tank and the valve station, and between the new pumping station and the truck loading rack. Portions of the new pipelines will be installed underground to an approximate depth of 4-feet below the existing grade. The existing pipeline will require defueling. The contract performance period is 450 calendar days. A site visit will be scheduled approximately 2 weeks after issuance of the RFP. Offerors are advised to periodically check the NAVFAC E-Solicitation website at for further information on the site visit. A pre-proposal conference will not be held. A contract resulting from this solicitation is subject to congressional authorization and appropriation. Estimated range is from $1,000,000 to $5,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237120 AND AVERAGE ANNUAL RECEIPTS IS $28.5 MILLION AVERAGE ANNUAL RECEIPTS OVER THE LAST THREE FISCAL YEARS. This procurement is UNRESTRICTED. This is a best value, source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Technical evaluation factors are as follows: (1) Past Performance; (2) Experience/Key Personnel; and (3) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or after October 12, 2004 for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to: Document Automation and Production Service (DAPS), 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to SUPERINTENDENT OF DOCUMENTS. If using a company VISA, Mastercard, or Discover card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their completed express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. If you are outside the 50 states, you are required to also submit a commercial invoice. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Further, DAPS will mail, via US Post Office, any requests for express mail that is provided incorrectly. A planholder's list will be available after the solicitation is issued and may obtained at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListNavy.htm. Please note that the DAPS planholder?s list may not be all inclusive. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil TO THE MAXIMUM EXTENT POSSIBLE FOR DOWNLOADING. THIS WILL NORMALLY 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. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil
- Place of Performance
- Address: Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii
- Record
- SN00680699-W 20040925/040923212513 (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 |