Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOURCES SOUGHT

Y -- F-35 Petroleum Oil Lubricants (POL) Fillstand, Nellis AFB, NV

Notice Date
4/30/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-S-0020
 
Archive Date
6/14/2018
 
Point of Contact
Ryan E. Rivas, Phone: 2134523310
 
E-Mail Address
ryan.e.rivas@usace.army.mil
(ryan.e.rivas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and IS NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified firms. Responses to this Sources sought will be used by the Government in making appropriate acquisition strategy and decisions. The proposed construction project will consist of constructing two new truck fillstands to support the fuel requirements of additional F-35A aircraft arriving at Nellis AFB, NV. The new fillstands are to be supplied by extending the DLA MILCON hydrant fueling system currently under construction. Also included is a concrete masonry unit (CMU) support facility, concrete pad for truck drive-through, access road, sitework and fencing, utilities and all other support as necessary. Equipment at each fillstand position will include an isolation valve, basket strainer, positive displacement meter with temperature compensation, Scully grounding / overfill prevention system, truck loading control valve with deadman controls and 4-inch diameter mechanical loading arm with nozzle. Equipment at each fillstand position will be installed below a protective canopy structure. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The estimated magnitude of service is $5,000,000.00 - $10,000,000.00 Period of performance is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220 - Commercial and Institutional building construction Small Business Size Standard for this acquisition is $36.5 Million. Interested sources (both large and small) are invited to submit a capability statement demonstrating their ability to perform the work as described above. Responses are requested with the following information, which shall not exceed a total of five (5) pages. (1) Offerors name, address, DUNS#, point of contact(s), phone number, and email address. (2) Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. (3) Offeror's Joint Venture information if applicable - existing and potential. (4) Offeror's Bonding Capability in the form of a letter from Surety. Past Performance/Experience Criteria: (5) Past performance/experience and specialized experience for military fueling systems qualified and or licensed to work on specific systems; a. Must have past performance and/or specialized experience on successfully completed projects within the past five (5) years involving work consisting of new fuel hydrant systems to include fillstands on a military installation. Offeror must show where they acted as the prime contractor on the project(s) with a value exceeding $7.5M. Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 2 examples. For Joint Ventures, please include projects completed by the Joint Venture as well each joint venture member. Interested offerors shall respond to the Sources Sought Notice no later than 5:00 PM (local time), May 30th, 2017. All interested firms must be registered in SAM to be eligible for award of Government contracts. Please submit your response to: Ryan.E.Rivas@usace.army.mil. Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. NO award will result from this Sources Sought Notice. This notice does not constitute any commitments by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-S-0020/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas Valley, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04904694-W 20180502/180430230643-84fe7f8a2147c6751f3aefbcace236b6 (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.