Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26, 2001 PSA #2984
SOLICITATIONS

Y -- FY02 DLA MILCON KNMD 003002, REPLACE HYDRANT FUEL SYSTEM, HICKAM AIR FORCE BASE, OAHU, HAWAII

Notice Date
November 21, 2001
Contracting Office
US Army Corps Of Engineers -- Honolulu, Building 230, Fort Shafter, HI 96858-5440
ZIP Code
96858-5440
Solicitation Number
DACA83-02-R-0004
Response Due
February 25, 2002
Point of Contact
Richard Phillips, 808-438-8577, FAX 808-438-8588
E-Mail Address
US Army Corps Of Engineers -- Honolulu (rich.h.phillips@poh01.usace.army.mil)
Description
FY02 DLA MILCON KNMD 003002 REPLACE HYDRANT FUEL SYSTEM, HICKAM AIR FORCE BASE, 0AHU, HAWAII SOL DACA83-02-R-0004. Solicitation will be issued on/about January 25, 2002 as UNRESTRICTED. The North American Industry Classification Code for this acquisition i s 234990. Work involves replacement of two existing Type II hydrant refueling systems with one Type III pressurized system (minimum pumping capacity of 3,000 gpm) with 32 hydrant outlets. Construction of pumphouse, filtration, and generator buildings is r equired. Requires demolishing of two aboveground and three underground JP-8 fuel storage tanks which are to be replaced with two 25,000-barrel aboveground tanks. A fuel recovery system is to be constructed. 32 hydrant outlet pits are to be constructed. Five JP-8 truck fill stands are to be replaced with 5 new pantograph truck fill stands. A four-stand truck unloading island and a hydrant servicing vehicle checkout station is to be constructed. Hydrant fuel distribution system is to be replaced. A mix of steel, fiberglass, and aluminum piping is to be replaced with stainless steel piping. A 2,300-barrel diesel tank will be demolished and replaced with two 714-barrel self-contained aboveground tanks (SCAT) and truck fill stand. Cathodic protection and a leak detection system for the new tanks and stainless steel distribution pipes will be installed. Performance and payment bonds will be required for this project. The Government intends to award contracts to the responsible offeror whose proposal has be en determined to represent the best value to the Government, price and technical proposal considered. Selection will be based upon evaluation factors, which may include (a) record of past performance and (b) price. This procurement is unrestricted utiliz ing electronic bid sets (EBS). The estimated cost of the proposed project is between $25,000,000 to $100,000,000. Solicitation to be issued on/about January 25, 2002, utilizing Electronic Bid Sets (EBS). Traditional hard copies of plans and specification s will not be available for this solicitation. Documents will be provided on Compact Disks-Read Only Memory (CD-ROM) for a non-refundable charge of $67.92. Solicitation documents shall be requested through any of the following methods only: a) mail requ ests to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, 1025 Quincy Avenue, Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service to: DAPS, Attn: Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 96860-5120; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state company name, address, telephone number, facsimile number, solicitation number, project title, and company designation (prime contractor, subcontractor, supp lier, or plan room). Envelope front must show the solicitation number. Checks shall be made payable to Superintendent of Documents. Facsimile requests must state (1) the above required company information, and (2) cardholder s name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting air express service shall furnish completed airbills showing recipient s name, company name, telephone number, company billing account number, and type of deli very required. Firms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular U. S. mail. Failure to provide any of the foregoing information, documents, and/or payment may delay mailing of solicitation documents. SUMMARY: 1. Send all requests and payments to the DAPS addressed above . Do not send to the U. S. Army Engineer District, Honolulu. 2. Solicitation documents will no longer be available for purchase over the counter from the U. S . Army Engineer District, Honolulu, nor will they be available for purchase or pick-up over the counter at DAPS. 3. Allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. 4. Address inquiries regarding i ssuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-1229. Address technical and all other inquiries to the points of contact identified in this document. Firms with Internet access are requested to obtain plan holder listi ngs from DAPS website @ http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information can be obtained from the Honolulu Engineer District Contracting website @ http://www.poh.usace.army.mil/pohct. (Click on Advertised Solicitation at the bottom fra me to view solicitation information.) (W-074 SN434279) Email: jody.muraoka@poh01.usace.army.mil URL: http://www.poh.usace.army.mil/pohct.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011126/YSOL010.HTM (D-325 SN5135V5)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 21, 2001 by Loren Data Corp. -- info@ld.com