Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOURCES SOUGHT

Z -- Sources Sought for SMALL BUSINESS firms that provide construction and repair for Department of Defense (DoD) Petroleum, Oil and Lubricant (POL) systems with the Continental United States (CONUS) and US Territories

Notice Date
9/14/2016
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FY17_SB_DODPOL_CONUS
 
Archive Date
10/29/2016
 
Point of Contact
Joshua D. Banks, Phone: 2103958584, Calvin L. Taylor, Phone: 2103958583
 
E-Mail Address
joshua.banks.5@us.af.mil, calvin.taylor@us.af.mil
(joshua.banks.5@us.af.mil, calvin.taylor@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Installation Contracting Agency (AFICA)/772d Enterprise Sourcing Squadron (772 ESS) and Air Force Civil Engineering Center (AFCEC), is seeking information concerning the availability of experienced SMALL BUSINESS firms that provide construction and repair for Department of Defense (DoD) Petroleum, Oil, and Lubricant (POL) systems in the United States (including Alaska, Hawaii and US Territories). The NAICS code for this work is 237120, Oil and Gas Pipeline and Related Structures Construction, with a size standard of $36.5M AFICA/772 ESS intends to solicit and award several firm-fixed price standalone contracts throughout the United States (including Alaska, Hawaii and US territories) for DoD POL system repairs, with projects ranging from $500,000 to $10,000,000. Each contract will be for DoD POL system repairs (as defined below). Solicitations are expected to occur throughout FY17 and FY18. "DoD POL system repairs" is defined as any construction for new, additions to, repairs, or upgrades of DoD POL facilities including above ground storage tanks, underground storage tanks, cut-and-cover tanks, hydrant fuel distribution systems including pumps, valves, hydrant and filter separators, bulk storage systems, transfer pump houses, and controls, buildings including pump houses, petroleum operations buildings, fuel truck maintenance buildings, or generator buildings. Work could also include new, repairs, upgrades, or additions to POL facility-related site utilities, aircraft parking aprons, containment areas, (pavement and drainage basin), fuel pits, fill stands, or POL facility-related cathodic protection, fire protection, special coatings and paints, asbestos/lead paint removal, or demolition of existing DoD POL tanks and buildings. "DoD POL facilities" includes Petroleum, Oil, and Lubricants (POL or 'fuels') facilities that are located on a United States Department of Defense installation (Army, Navy, Air Force, Marines, Army or Air Force National Guard, or Reserve bases). It does not include facilities on a Coast Guard base, NASA location, or any other federal, commercial, or private facility. DoD POL facilities include fuel farms, above ground storage tanks, underground storage tanks, cut-and-cover tanks, hydrant fuel distribution systems including piping, pumps, valves, hydrant and filter separators, oil water separator, bulk storage systems, transfer pump houses, POL control systems, stilling wells, containment areas, fuel pits, and fill stands. The contractor will be required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials and supervision necessary to perform any of the above requirements. The purpose of this request for information (RFI) is to locate interested SMALL BUSINESSES that are EXPERIENCED with work as outlined above and that they are capable of performing the requirements at any location in the United States (including Alaska, Hawaii and US territories). Small Business Contractors experienced with DoD POL system repairs that ALSO have construction experience are requested to provide the following information: •1) Company name, Cage Code, DUNS, and Address. •2) Point of contact and applicable telephone numbers and e-mail addresses; •3) Any small business status for NAICS 237120 (General Small Business, 8(a) Small Business, Service Disabled Veteran Owned Small Business, HUBZone Small Business). 4) Brief summary of construction/repair experience of DoD POL systems, to include a list of DoD POL projects (title with brief description, location, and value). Please also identify whether your firm provides all Project Management and oversight (Superintendent, Safety Manager, Quality Control Manager) or if this oversight is provided by a teaming partner/major subcontractor. *As DoD POL systems are unique, please do not provide information on commercial fuels work performed.* •5) Provide a list of states that your company has performed construction, as well as a list of states that your company is willing to perform work. This work does not need to be for DoD POL system repairs. Request responses be provided no later than 14 October 2016 and forwarded to SSgt Joshua Banks and Mr. Calvin Taylor via e-mail: joshua.banks.5@us.af.mil and calvin.taylor@us.af.mil. Note that the Air Force email system does not accept files larger than 4MB. Contact with Government personnel by potential offerors or their employees regarding this project is strictly prohibited. The contracting officer will post all information regarding these solicitations as soon as it becomes available. This RFI shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Formal solicitations will be executed and posted separately at a future date. The AFICA 772 ESS is interested at this point only in identifying interested and capable Small Business contractors for this work as part of the market research effort. Small Business (SB) Set-Aside Determination: The Government reserves the right to determine if a SB set-aside is appropriate, as well as one of the targeted socio-economic programs (HUBZone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 U.S.C. 637(a)), or Service Disabled Veteran Owned Small Business), based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06d8637b4bd1cf32eea485c3b3d9eac6)
 
Place of Performance
Address: CONUS including Alaska, Hawaii and US Territories, United States
 
Record
SN04271457-W 20160916/160914235233-06d8637b4bd1cf32eea485c3b3d9eac6 (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.