SOURCES SOUGHT
Y -- SOURCES SOUGHT, OPERATIONS AND MAINTENANCE OF MILITARY FUELING SYSTEMS WITHIN THE CONTINENTAL UNITED STATES (CONUS TO INCLUDE ALASKA AND HAWAII)
- Notice Date
- 10/24/2007
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-08-R-0003
- Response Due
- 11/20/2007
- Archive Date
- 1/19/2008
- Point of Contact
- Sharon Spohn, 402-221-4102
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(Sharon.A.Spohn@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for planning purposes in support of the operations and maintenance of military fueling systems within the continental United States (CONUS TO INCLUDE ALA SKA AND HAWAII). The proposed contracts are required to provide support to the U.S. Army Petroleum Center and the Defense Energy Support Center (DESC). Proposed contract method is to utilize a design build IDIQ type contract. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gai n knowledge of interest, capabilities, and qualifications of qualified contractors both large and small. Responses are restricted to US firms who are established, registered in Central Contract Registration, and in the case of Small Disadvantaged Business es, Hubzones, and Section 8(a) Contractors, certified by the Small Business Administration. The Government is seeking qualified, experienced sources capable of performing the following requirements. The work consists of three (3) phases to be accomplishe d for each fuel tank. A. Tank Cleaning. Prior to API 653 Tank Inspections and tank access (opening), the sludge will need to be removed and ventilation provided. The Contractor shall be required to show experience for required Tank Cleaning for tanks in various CONUS Military locations. The Contractor shall follow established API 653 Inspection protocols for the execution of this work and generate appropriate documentation. B. Inspection API 653. Inspection to the requirements of Standard API-653, late st edition, Tank Inspection, Repair, Alteration and Reconstruction, including: API-653 C-1 & C-2 Checklists and; all amendments, which are required to be performed every 10 years (minimum). The inspector shall be experienced with aboveground storage tank s, cut and cover tanks and underground fuel storage tanks used for aviation fuels. The inspector shall be a certified American Petroleum Institute (API) tank inspector. Certification shall be in accordance with API-653 Appendix D - Authorized Inspector C ertification. Inspector shall furnish proof of API certification. The Inspector shall also be a state-certified inspector in the state where the tank is located, if required by that particular state. Tank lining inspection shall be a certified American Petroleum Institute (API) tank inspector. The inspector shall furnish a listing of API 653 Out-of-Service inspections done during the past two years including: tank owner, location, size, capacity, construction, and product stored. The tank evaluation r eport shall be certified by a registered professional engineer who has experience with UT readings, vacuum box test, Magnetic Flux Leakage (MFL) technology. C. Steel Fuel Tank Rehabilitation. Steel Fuel Tank Rehabilitation will include revisions to stil ling wells, modification to appurtenances, repair of corroded material, bottom replacement, etc. Contractor will be required to show that they have experience in rehabilitation of 5,000 barrel or larger fuel storage tanks (as a minimum) on API 650 Fuel St orage Tanks. An offerors experience as a prime contractor, who self performed the work (tank cleaning, inspection or steel fuel tank rehabilitation), will be evaluated more favorably than that for which the offeror acted as a broker, designer, subcontrac tor, consultant or material supplier. The Government anticipates an individual task order for a typical tank cleaning as approximately $500k, a typical inspection package as approximately $500k, and a typical Tank Rehabilitation package as between $1-3 Mi llion. Even though bonding will be required per task order, we anticipate multiple task orders. The total expected tank work load is up to $475 million. All interested, capable, qualified, and responsive members contractors are encouraged to reply to this sources sought as the received data will be used to define whether enough small contractors are qualified for a specific set-aside or whether the requirement s can be combined and not limit competition. The Government is requesting that interested contractors furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) State size of business (large or small) and type of Small Business Community member (Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSV), Service Disabled Vet eran Owned (SDVOSB) Historical Black Colleges and Minority Institutions (HBCU/MI), Indian organizations and Indian-Owned economic enterprises) under the North American Industry Classification System (NAICS) Code 237120, Oil and Gas Pipeline and Related Str uctures Construction, which contains a size standard of $31 million. (3) Identify servicing Small Business Administration District Office, if applicable. (4) The geographical area you are capable of servicing. State this information as clearly as possib le. (5) State your maximum bonding capacity as of the date of your response. (6) State your companys ability to do tank cleaning only, inspection only, construction only, or all of the requirements. (7) Provide no more than three (3) references, for n o more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the w ork performed, role of the contractor to include whether the work was self-performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. 8) Any additional requir ements defined under each phase to show qualifications (listing of API 653 inspections, etc.). Existing and potential Joint-Ventures, Mentor-Prot?g? Agreements and formal teaming arrangements are acceptable and encouraged. Email responses to this request for information is preferred, and should be sent to: Sharon.a.spohn@nwo02.usace.army.mil and Polina.a.poluektova@nwo02.usace.army.mil. All questions must be submitted via e-mail or fax. Mailed responses should be sent to: US Army Corps of Engineers, A TTN: CENWO-CT-M/Sharon Spohn and Polina Poluektova, 106 South 15th, Omaha, Nebraska 68102-1618. Faxed responses should be sent to 402-221-4199 or 4530. The due date and time for responses to this announcement is 2:00 p.m. (Central Standard Time) Novembe r 20, 2007. Point of Contract Sharon Spohn 402-221-4102 and Polina Poluektova at 402-221-3705.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01440284-W 20071026/071024225403 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |