SOURCES SOUGHT
Y -- Quonset Point Fuels Storage Complex-Rhode Island Air National Guard Station, N. Kingstown, RI
- Notice Date
- 1/14/2020 6:07:58 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ20X0015
- Response Due
- 2/4/2020 11:00:00 AM
- Archive Date
- 02/19/2020
- Point of Contact
- Elizabeth Glasgow, Phone: 9783188671
- E-Mail Address
-
Elizabeth.K.Glasgow@usace.army.mil
(Elizabeth.K.Glasgow@usace.army.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT for the Quonset Point Fuels Storage Complex Construction at the Rhode Island Air National Guard Station in North Kingstown, Rhode Island.� The U.S. Army Corps of Engineers (USACE), New England District, is issuing a Sources Sought Announcement for a construction project to build a new Fuels Storage Complex located at the Rhode Island Air National Guard (RI-ANG) Station at Quonset Point in North Kingstown, Rhode Island.� The purpose of this announcement is to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below.� The NAICS code for this procurement is 236220.� The solicitation is scheduled to be issued in or around May 2020.� Construction will begin in the fall of 2020 with an expected duration of approximately twenty-four months, including submittal approval.� The estimated construction cost is between $5,000,000 and $10,000,000. The RI-ANG Station at Quonset Point is home to 143rd Airlift Wing.� The mission of the 143rd Airlift Wing is to serve as the premier C-130J Combat Airpower and Cyber Center of Excellence, meeting all federal and state support requirements while providing maximum assistance to national and international partners.� The construction site is located on RI-ANG installation. Work under this contract will include the following tasks: Construction of a new fuels complex that includes a pump house with a control room, product recovery tank, refueling vehicle parking, truck loading and unload points, and supporting facilities Demolition of existing facilities Site work to include electrical and communications features Interested firms shall provide at least two and up to five examples of projects substantially completed within the last seven years in which the firm has demonstrated the construction capabilities included below.� Please note that these capabilities may be demonstrated with a partnered subcontractor: Experience with constructing a system which stores, offloads, transfers and delivers aviation fuel(s) on a United States military installation in compliance with the Unified Facilities Criteria (UFC) 3-460-01. �Examples of aviation fuels include but are not limited to JP-8, Jet A, and F-24. Experience with phased construction projects while maintaining operational capability during construction. Interested firms should submit a capabilities package to include the following:� business classification (e.g. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above.� Proof of bonding capability is required.�� Please indicate the team subcontractors that will be used to support the offeror�s effort and include their prior experience and qualifications, if subcontractors are planned to be used. Responses are due 04 February 2020.� Responses should be emailed to Contract Specialist Elizabeth Glasgow at Elizabeth.K.Glasgow@usace.army.mil.� Responses are limited to twenty pages. �Interested firms shall provide the above documentation in one original form and one copy.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e49af864ee64499ba1897a8fa79848b0/view)
- Place of Performance
- Address: North Kingstown, RI 02852, USA
- Zip Code: 02852
- Country: USA
- Zip Code: 02852
- Record
- SN05534729-F 20200116/200114230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |