SOURCES SOUGHT
Z -- Sources Sought Notice - P273 Bulk Fuel Storage Tank Hydrant System, Naval Air Station - Whidbey Island (NASWI), WA Construction Project for Building and/or Heavy (nonbuilding/ residential) Requirements
- Notice Date
- 1/15/2025 8:06:03 AM
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- N4425525R1506
- Response Due
- 1/25/2025 12:00:00 PM
- Archive Date
- 02/09/2025
- Point of Contact
- Katie Maurer, Jodus Hortin, Phone: 3603158317
- E-Mail Address
-
kathleen.b.maurer.civ@us.navy.mil, jodus.d.hortin.civ@us.navy.mil
(kathleen.b.maurer.civ@us.navy.mil, jodus.d.hortin.civ@us.navy.mil)
- Description
- This is a Sources Sought Notice only and is not a request for proposal or invitation for bid. Naval Facilities Engineering Systems Command Northwest (NAVFAC) Northwest is seeking responses from construction firms capable of performing a Design-Bid-Build (DBB) construction of a new Type III pressurized hydrant fueling system to support the increased fuel distribution requirements of the P-8A Poseidon and other large frame aircraft at Naval Air Station Whidbey Island, WA (NASWI). This contract will consist of constructing a new aircraft direct fueling hydrant system with outlets supporting moveable pantographs and piping in accordance with military petroleum fuel facilities standards. The project will provide an aircraft hydrant fueling system with fourteen fueling stations, hydrant loop piping, and pumphouse located on the south end of the NAS Whidbey Island (NASWI) airfield parking apron. The pumphouse for the hydrant system will be located in, and tie into, the existing fuel farm at NASWI. It will provide five 600-GPM pumps, filter separators, a jockey pump and all related piping, piping supports, valves, and appurtenances. The pump house will contain pump room, control room, fire sprinkler room, restroom and mechanical room, along with cross connect fuel transfer piping, emergency shut-offs, emergency shower and eyewash, HV AC, fire sprinklers, alarms, bridge crane, pump controls, grounding and lightning protection, pump control systems, emergency fuel shut-offs, communications and data infrastructure, leak detection panels and environmental management control systems equipment. The scope also includes a pantograph flushing station to maintain the pantographs used by the hydrant system and modifications to the existing fuel infrastructure to allow rejection and return of off-spec fuel. Upgrades to site utilities will encompass electrical, mechanical, and water systems. Electrical improvements include underground connections to tanks and hydrant system light poles, the installation of a new transformer, and a standby generator. Mechanical enhancements will involve the installation of a water and fire supply line to the new fuel facility, stormwater infrastructure to manage increased impervious surfaces, and demolition to support operational requirements. This project includes work restrictions for dewatering of ground/storm water requiring containment and disposal, and flight line work phasing. This project is an integral component of the fuel system supporting the shift from the P-3 to P-8A aircraft stationed now at NASWI. An efficient fuel delivery system is required at NASWI to provide for the training and operational fuel support needs of fleet carrier based squadrons, expeditionary squadrons, reserve expeditionary squadrons and the fleet replacement squadron for EA-18G electronic attack aircraft, and squadrons of P-8A patrol and reconnaissance aircraft currently assigned, and one logistics support squadron and transient aircraft that transit through NASWI in support of local and other Department of Defense mission at Naval Air Station Whidbey Island, WA. The primary North American Industry Classification System (NAICS) Code is 237120, Oil and Gas Pipeline and Related Structures Construction. The Small Business Size Standard is $45M. The planned period of performance will be for 730 days from contract award. This project is a large-scale Federal construction project within the United States where the total estimated cost to the Government is $35 million or more and requires the use of Project Labor Agreements (PLAs). Reference is made to: FAR Subpart 22.5 Use of PLA for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for PLA; and to clause, FAR 52.222-34 PLA. A Request for Information (RFI)/Sources Sought for the PLA was previously posted to Sam.gov on August 29, 2024 under N4425524RF016. Interested firms are requested to return a completed response form (attached) that addresses the following criteria: TYPE OF BUSINESS: State whether your firm is a large or small business. If a small business, state whether Small, HUBZone, Small Disadvantaged, Service-Disabled Veteran-Owned, and/or Woman-Owned. See FAR Part 19 Small Business Programs for descriptions. BONDING CAPABILITY: Provide your firm�s bonding capabilities. It is anticipated that the firm awarded a contract under this proposed project will need a minimum bonding capacity of $45 million. PROJECT LOCATION: Provide your firm�s likelihood to provide a proposal for this project specifically at Naval Air Station Whidbey Island (NASWI) on a scale of 1 to 10, with 1 being the least likely and 10 being most likely. Provide a statement listing any past projects at NASWI, or a statement indicating no projects have been performed by your firm at this location. PROJECT EXPERIENCE: Provide up to five (5) example projects which best demonstrate the company�s experience relative to the types of work covered by this requirement. Example projects are to be representative of NAICS 237120, and the description above, and be similar in size, scope, and complexity to this requirement. Example projects should be substantially complete within the past ten (10) years and may include federal, state or local Government, and/or commercial projects. Submission of more than five (5) example projects is not requested. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length. The intent of this notice is to identify potential offerors for market research purposes and to determine technical capabilities, bonding capacity and potential set-aside opportunities. Any interested firm, including potential Joint Ventures (JV), may participate and are invited to respond to this sources sought by completing and returning the response form provided with the announcement. Respondents will not be notified of the results of the sources sought. This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. There is no bid package or solicitation. No presentations will be scheduled, and contractor responses will be provided in writing via e-mail as described in this notice. All information provided will be held in a confidential manner. Please respond no later than 12:00 p.m. Pacific Standard Time, 25 January 2025 by submitting an e-mail with an attached electronic copy of your response to: kathleen.b.maurer.civ@us.navy.mil; and jodus.d.hortin.civ@us.navy.mil; and emily.m.slate.civ@us.navy.mil Please name the subject line of your e-mail as �(Insert Company Name) � P273 BULK FUEL STORAGE HYDRANT SYSTEM � N4425525R1506�. Emails can be no larger than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1409408ee22940b89f5fb4a2bab08bef/view)
- Place of Performance
- Address: Oak Harbor, WA 98278, USA
- Zip Code: 98278
- Country: USA
- Zip Code: 98278
- Record
- SN07314363-F 20250117/250115230107 (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 |