Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2003 FBO #0698
SOLICITATION NOTICE

Y -- REPLACE HYDRANT FUEL SYSTEM, SGBP 050017, OFFUTT AFB, NEBRASKA

Notice Date
10/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-03-R-0051
 
Response Due
1/8/2004
 
Archive Date
3/8/2004
 
Point of Contact
Cindy Siford, 402-221-4824
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(cindy.m.siford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 17 November 2003, this office will issue Request for Proposals for the construction of REPLACE HYDRANT FUEL SYSTEM, SGBP 050017, OFFUTT AFB, NEBRASKA. Proposals will be due on or about 08 January 2004. This solicitation is unrestricted and op en to both large and small business participation. A Site Visit will be conducted on 11 December 2003 at 1000 hrs. To facilitate entry into Offutt AFB, the group will meet at the Base Movie Theater located at 2506 Roman Hruska Drive, Offutt AFB, NE 68123. Air Force Transportation will be used to visit the construction site. Photo Identification will be required for entrance on to the base. All Contractors planning to attend the site visit must provide the requested information listed below for security review by the Air Force. Requests to attend the s ite visit must be made a minimum of seven (7) days in advance of the site visit date: 1) Person's Full given name 2) Company Name & Address 3) Phone Number 4) E-mail address (if possible) Please send the requested information to the attention of Joel Flere by fax or e-mail only. If the information is faxed, the information shall be typed. Do not mail the information. For any additional information please contact: Joel Flere P.E., U.S. Army Corps of Engineers, P.O. Box 13287, Offutt AFB, NE 68113. Telephone: (402) 293-2537. Fax: (402) 291-8177. E-mail: Joel.M.Flere@usace.army.mil Questions regarding the site visit should be directed to the Resident Office at the number listed above with a copy of the questions provided to U.S. Army Engineer District, Omaha, Contracting Division, CENWO-CT-M Attention cindy.m.siford@usace.army.mil. Access to Offutt AFB will be denied to anyone failing to comply with the requirements stated above. Contractors that are interested in visiting the site of this project and that possess a current Offutt AFB identification badge must attend this scheduled site visit. Contractors will not be allowed on the flightline at any other time to inspect the area of work. This will be the only site visit for this solicitation. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. Project Information: (In Approx. quantities) The work will include a new Hydrant Fuel Pumphouse (3500 square feet single story pump room with a control room to house the control panels, small latrine, and mechanical room; CMU exterior walls and standing seam metal roof; five (5) 125 HP fueling pumps to provide a 2400 GPM hydrant fueling system), two (2) 10,000 BBL fuel storage tanks with concrete containment dikes, eighteen (18) hydrant fuel pits, 7000 LF of 12-inch fuel distribution piping, 4000 gallon product recovery tank, cathodic protection (impr essed current) for fuel piping and fuel storage tanks, cathodic protection (galvanic anode) for all other metallic lines and structures, two (2) truck fill stands, the extension of the existing fuel transfer line to the new pumphouse, the extension of exis ting fuel piping from Pumphouse 531 to the new fuel distribution loop, 210 feet 6-inch sewer line, 125 feet 4-inch sewer line, 800 feet 8-inch water line and 80 LF of 2-inch water service line), underground electrical distribution and lighting, 300Kw elect rical generator, airfield pavement removals and replacement (15,500 square yards of 16-22 inches PCC with 18 inches of rigid base course), 450 feet of new FE-6 type chain-link security fence, and demolition of existing Pumphouses 528 and 529 (including rem oval of six - 50,000 gallon underground fuel storage tanks, one 10,000 gallon fiberglass site containment underground storage tank, and one 2,000 gallon product recovery underground storage tank). Proposal Evaluation: Award of this project will be based on the best value approach considering technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The technical evaluations factors include: Construction Contractor Experience; Key Personnel Qualifications and Construction Experience; Subcontractors Qualifications and Construction Experience; Technical Past Performance; and Required Small Business Inf ormation. Price will be subjectively evaluated considering Best Value and Realism. A subcontracting plan will be required for large business firms, but is not part of the technical evaluation. The estimated construction cost of this project is between $10,000,000 and $15,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2004: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars*. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 540 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions rega rding the ordering of the same should be made to: Cindy Siford at cindy.m.siford@usace.army.mil. Questions regarding Small Business matters should be made to Hubert J. Carter Jr. at hubert.j.carter.jr@usace.army.mil. Questions on contents of drawings and specifications should be made to Joe Laird, Project Manager joseph.f.laird@usace.army.mil or Doug Larsen, Specification Section, douglas.r.larsen@usace.army.mil Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102-1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00459506-W 20031026/031024213334 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.