Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

Y -- REPLACE JET FUEL STORAGE COMPLEX, NAVAL AIR STATION KINGSVILLE, TX

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-04-R-0086
 
Response Due
7/26/2004
 
Point of Contact
Susie Conner, Contract Specialist, Phone 843-743-7575 x-5443, Fax 843-818-6865, - Deborah Taylor, Supervisory Contract Specialist, Phone 843-820-5780, Fax 843-820-5853,
 
E-Mail Address
susie.conner@navy.mil, debby.taylor@navy.mil
 
Description
THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The scope of the project includes the construction of a new JP-8 fuel facility including three 3,180 KL (20,000 barrel) vertical aboveground storage tanks (with fixed roofs, floating pans, automatic tank gauging system, high and low level alarms, cathodic protection, secondary containment, etc), tank containment dike with concrete walls and flexible membrane liner, fuel distribution system, refueler loading and truck offloading stations, control systems, refueler parking, operations/laboratory building, storm drain system including oil/water separators, fencing, lighting, paving, utilities and other miscellaneous items. The project includes the demolition of the existing fuel facility after construction of the new fuel facility. The existing facility includes four cut-and cover fuel tanks, one vertical aboveground fuel storage tank and concrete containment dike, truck offload facilities, refueler loading facilities, fuel distribution system, concrete block lab building and other miscellaneous structures. The soil and groundwater in the existing fuel facility area is contaminated with petroleum. The work includes the removal of items, which contain lead paint and items, which contain asbestos. The project schedule includes sequencing to insure that the existing facility remains in operation during construction of the new facility. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be BEST VALUE to the Government, price and technical factors considered. Proposers will be evaluated on: FACTOR A ? Past Performance; FACTOR B - Small Business Subcontracting Effort (applies to small and large business); FACTOR C ? Technical Qualifications. Price will also be evaluated. The proposals will evaluated on the basis of technical factors and price which will be considered of equal importance. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue the solicitation on the WEB only. The solicitation will be issued on or about 16 June 2004. A preproposal conference will be scheduled approximately 1 week after the issuance of the solicitation. The entire solicitation, including plans and specifications will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders list will be maintained and can be printed from the web from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or emailed to Susie.conner@navy.mil. The estimated range is between $10,000,000 and $11,500,000. The estimated days for completion is 837 calendar days. The NAICS Code for this project is 237120: Heavy and Civil Engineering Construction ? Oil and Gas Pipeline and Related Structures Construction. The Standard Size is $28.5M.
 
Place of Performance
Address: Kingsville, Texas
Country: United States
 
Record
SN00589720-W 20040522/040520212412 (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.