Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
MODIFICATION

Z -- Maintenance, renovation, and alteration of petroleum, oil, lubricants (POL) related structures, various Location Alaska & USPACOM AOR - Solicitation 1

Notice Date
5/4/2016
 
Notice Type
Modification/Amendment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-16-R-0003
 
Response Due
6/6/2016 2:00:00 PM
 
Archive Date
6/21/2016
 
Point of Contact
Susan Salaj, Fax: 9077532544, Tim Clapp, Phone: 9077532836
 
E-Mail Address
susan.salaj@usace.army.mil, timothy.l.clapp@usace.army.mil
(susan.salaj@usace.army.mil, timothy.l.clapp@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation for Firm Fixed Price Indefinite Delivery Indefinite Quantity contract for the Maintenance, renovation, and alteration of petroleum, oil, lubricants (POL) related structures, various Location Alaska & USPACOM AOR This solicitation is an 8(a) Small Business Set-Aside; any qualifying 8(a) Small Business may submit a proposal. Joint Ventures are allowable on competitive 8(a) set-asides. SBA must receive the joint venture agreement and all supporting documentation no less than twenty (20) working days prior to the scheduled date for contract award. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) in writing as soon as possible. The joint venture must be approved by SBA prior to contract award. The SBA requirement code is 1084/16/602686. North American Industrial Classification System (NAICS) code is 237120, Oil and Gas Pipeline and Related Structures Construction; the related small business size standard is $36.5 Million (M). This is a solicitation notice for a two-phase Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). The contract awardee will be eligible to propose on task orders for a broad range of Construction, Renovation and/or Repair of various POL facilities and infrastructure. Typical types of services to be provided may include projects primarily involved in the maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, and POL support facilities. In addition to furnishing construction services, work could include design services, such as, preparation of plans, specifications, design analysis, and cost estimates for construction for repair/renovation, new construction projects, or engineering studies at locations within PACOM primarily at various military installation locations in Alaska. The procurement will be conducted using two-phase source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in the solicitation. The Contract will be IDIQ type, Single Award Task Order Contract (SATOC) consisting of a three (3)-year base period and two (2) one-year option periods. The Government contemplates one single award will be made from this solicitation; however, reserves the right to award none at all. The overall capacity of this IDIQ SATOC will be $45 Million (M). The resulting IDIQ contract will be firm-fixed priced. Additionally, the resultant IDIQ contract task orders will each be issued firm-fixed price (FFP). There will be a minimum guarantee amount of $5K for the entire contract period. If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror. All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov. Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-16-R-0003/listing.html)
 
Place of Performance
Address: Various Location Alaska & USPACOM AOR, United States
 
Record
SN04104860-W 20160506/160504233958-69d501de9c8ff28d848dd81923c84476 (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.