Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

Y -- P-188 Replace Fuel Pipeline at Naval Air Station Whidbey Island, Oak Harbor, WA

Notice Date
2/1/2012
 
Notice Type
Presolicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425512R3001
 
Response Due
3/19/2012
 
Archive Date
3/19/2013
 
Point of Contact
Gabriel D. Perez 360-396-1861
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation No: N44255-12-R-3001 Title: P-188 Replace Fuel Pipeline at Naval Air Station Whidbey Island, Oak Harbor, WA Type: RFP ~ Pre-Solicitation Notice Status: Pre-Bid/Proposal Location: Naval Air Station Whidbey Island, Oak Harbor, WA. Issue Date: February 16, 2012 Due Date: March 19, 2012 Estimated Award Date: September 2012 Funding Range: $15,000,000 to $25,000,000 Preference Program: Small Business Contracting POC: Gabe D. Perez 360.396.1861 gabe.d.perez@navy.mil Posted on Web: Yes Synopsis or Description THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS A SMALL BUSINESS COMPETITIVE, DESIGN-BID-BUILD SOLICITATION. THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE CONTRACT UNDER SOLICITATION/REQUEST FOR PROPOSAL N44255-12-R-3001, P-188 REPLACE FUEL PIPELINE AT NAVAL AIR STATION WHIDBEY ISLAND, WA. The NAICS Code for the proposed acquisition is 237120. The size standard is $33,500,000.00. The Federal Supply Code is Z299. Competition for this procurement is limited to eligible Small Business. DESCRIPTION OF WORK: This is a design-bid-build project to construct a new 12  diameter steel underground pipeline covering 4.6 miles between fuel pier on Seaplane Base and Consolidated Fuel Facility tanks at Ault Field Naval Air Station. Following completion of the new pipeline two existing 60 year old pipelines (8  and 4  diameter) will be decommissioned per WA Department of Ecology requirements. The new pipeline also involves construction of a gravel patrol road (~1 mile) for pipeline observation over a portion of the route where the pipe is not under or near existing roadways. The construction requires trenchless construction methods at 3 major roadway crossings. The work also includes a new pipeline leak detection system and a fiber optic communication system along the 4.6 mile route. The existing pipeline, built in 1954, continues to corrode, shedding rust particles into the fuel pipeline and posing an environmental risk of rupturing. Because the pipeline is varying sizes it can ™t be internally inspected along the entire length. Previous external pipeline inspections identified areas of corrosion across the pipe length. As a result, operating pipe pressure has been limited increasing the frequency and duration of fuel barge deliveries. Lack of cathodic protection creates the potential for catastrophic environmental contamination. Moreover, the pipeline is too small to support the fuel transfer rates from the fuel pier to the NAS storage tanks to meet operational requirements and efficient fuel delivery timeframes. AWARD INFORMATION: The Government will award one Firm-Fixed Price contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the œbest value  to the Government, price and technical factors considered. Proposers will be evaluated on: Factor 1: Relevant Experience; Factor 2: Past Performance; Factor 3: Safety; Factor 4: Management Approach and Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation will be available for viewing and downloading at https://www.neco.navy.mil, upon issuance. Prospective Offerors must and should immediately register themselves on the web site. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR ™S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror ™s must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at https://www.bpn.gov/ccr/. All inquiries should be submitted to Mr. Gabe D. Perez (360) 396-1861 or via email gabe.d.perez@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425512R3001/listing.html)
 
Record
SN02665142-W 20120203/120201234204-89506d0be85e1d131984710e0a7cbbbb (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 |
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.