Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2020 SAM #6791
SOURCES SOUGHT

99 -- Replace Hydrant Fuel System at Wright-Patterson Air Force Base

Notice Date
7/1/2020 12:55:51 PM
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-WPAFBFUELHYRDANT
 
Response Due
7/16/2020 10:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Donavon Waterbury, Miriaha D Sigmon, Phone: 502-315-6852
 
E-Mail Address
Donavon.J.Waterbury@usace.army.mil, miriaha.d.sigmon@usace.army.mil
(Donavon.J.Waterbury@usace.army.mil, miriaha.d.sigmon@usace.army.mil)
 
Description
A market survey is being conducted in order to make acquisition decisions about this future project. If your firm is interested in this project please respond appropriately. The project will construct a new Type III Hydrant System with two 5,000-barrel aboveground storage tanks and a 2,400 GPM pump house, and issue/return piping 12-inch hydrant loop. The existing hydrant loop with 14 in-apron hydrant pits shall remain in service. Project demolition will include removal of four 50,000-gallon underground storage tanks and the Type II pumphouse. The project will also construct a single-position emergency/secondary truck offload stand, hydrant hose truck checkout stand, and product recovery tank. Associated features include access roads, concrete secondary containment, containment drainage, provisions for temporary pig launcher and receiver, control systems, security fencing, and lighting. Contract duration is estimated at 630 calendar days. The estimated cost range is $10,000,000 to 25,000,000. NAICS code is 237120. All interested Prime contractors and Subcontractors should respond to this survey by email 16 July 2020 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Repair or new construction of a high pressure closed loop system to include, but not limited to: pressure storage tank, pump house, welded stainless steel fuel piping work, cathodic protection piping, tightness testing, and removal of underground bulk storage tanks and install of controls. b. Projects similar in size to this project include: A minimum of 30,000-gallon above ground storage tank with a system flow of 2,000 GPM. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Donavon.J.Waterbury@usace.army.mil and Miriaha.D.Sigmon@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8874e9ef27874e8d824e0a3e9f4f1ad7/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05710581-F 20200703/200701230150 (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 |
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.