Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

Y -- P-162 Consolidated Fuel Facility

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-07-R-0003
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS A SMALL BUSINESS SET ASIDE. The Request for Proposal will be issued on or about February 5, 2007. Full proposal will be found on Naval Facilities E-Solicitation site at http://esol.navfac.navy.mil/. A pre-proposal conference and site visit is currently scheduled on or about 13 February, 2007. The proposal due date is currently scheduled on or about March 22, 2007. The size standard is $28,500,000.00. This is a fully designed project with a construction project dollar range between $20,000,000 and $26,000,000. The estimated performance period for design and construction is 554 days from contract award. 1. PROJECT TITLE: CONSTRUCTION OF A CONSOLIDATED FUEL FACILITY AT NAVAL AIR STATION WHIDBEY ISLAND, OAK HARBOR, WA 2. PROJECT DESCRIPTION. This is a fully designed project consisting of the following major categories of work: (1) Fuel Storage Tank Construction. This project includes the construction of a large consolidated fuel facility consisting of three (3) 30,000 barrel above-ground steel tanks with floating pans to store JP-8 jet fuel. These field constructed tanks will be built to the American Petroleum Institute API - 650 standards. Two (2) 40,000 gallon commercial aboveground steel tanks will be built for JP-5 fuel storage. Dual fuel pump & filter house, four (4) lanes of loading/unloading stations for fuel trucks, secondary containment structures, cathodic protection, automatic tank gauging, storm drainage, site utilities, fire protection, emergency generators, access pavements, fencing, lighting and security systems will be required. At another location, this project upgrades fuel booster pumps to increase fuel transfer rate on the existing cross island pipeline which will connect the new consolidated fuel facility with the existing fuel pier for barge delivery approximately 6 miles away. (2) Fuel Operations Building Construction. This project includes the demolition of an existing fuels operations building and construction of a new facility of approximately 3,400 square feet (SF). The new building will house the fuel manager?s office, dispatch office, driver ready room, fuel laboratory and a small shop for limited repair to fuel trucks. The new building also consolidates all the instrumentation related to fuel truck dispatch, existing pipeline leak detection system, new tank gaging systems, and other instrumentation related to pipeline fuel transfer operations. (3) Decommissioning of Existing Fuel Farms. This project will close, in place, 16 existing field constructed underground fuel tanks ranging in age from 50 - 60 years old. The tanks are located at four (4) separate fuel farms; two (2) near the Seaplane Base fuel pier; and two (2) at Ault Field Naval Air Station across the island. The existing fuel storage facilities includes approximately 13 concrete tanks at 250,000 gallons each, two (2) steel tanks at 560,000 gallons, and one (1) steel tank at 154,000 gallons. The tanks will be cleaned, tank closure samples taken, and reports prepared. The tank shells will be closed in place by filling with soil. The tank pump houses and all aboveground features will be demolished. Underground piping within the tank farms and one of the two cross island pipelines will be flushed, capped and operationally closed. (4) This contract will be structured to include a base bid item and several optional items. The base bid item will be awarded. Options will be awarded as funding is made available, either with initial contract award or up to 120 days after contract award. The base bid item is for the Fuel Storage Tank Construction. Option items will be the Automatic Tank Gauging Equipment for tanks 1 through 3, Automatic Tank Gauging Equipment for Tanks 4 & 5, Physical Security Equipment, Emergency Generators, Fueling Truck Rack Canopy and Weather Shelters, Tank Closure and Demo of Fuel Farm #1, #2, #3, #4, New Fuel Ops Building, JP-5 Tank Fueling System. CHALLENGES: NAS Whidbey Island is located outside the large metropolitan areas of Seattle and Everett Washington by approximately 60 to 90 miles. Due to phased construction requirements (e.g., new facilities must be built, commissioned and the stored fuel transferred to the new facility before the decommissioning work can start), a lengthy construction period is anticipated. Demolition of the existing Fuels Operations Building and other ancillary buildings may involve some asbestos and lead abatement work. 3. SITE ANALYSIS. The project is located at Naval Air Station (NAS) Whidbey Island, Oak Harbor, Washington. The new facility site will be located in undeveloped property adjacent to a fuel tanker parking area. The area will require pre-loading of the existing soils over approximately half the project site due to varying subsurface conditions. 4. The Government will award one Firm-Fixed Price contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the ?best value? to the Government, price and technical factors considered. Proposers will be evaluated on: Factor I: Relevant Experience; Factor II: Past Performance & Safety; Factor III: Logistics Plan and Management Approach; and Factor IV: Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiated with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil, upon issuance. Prospective Offerors must and should immediately register themselves on the web site. Amendments will be posted on the ESOL web site. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror?s must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr2000.com. All inquiries should be submitted to Ms. Kimberly Gillette (360) 396-0044 or via email Kimberly.gillette@navy.mil with a copy to Mr. Robert Sergeson at email Robert.sergeson@navy.mil. .
 
Place of Performance
Address: Naval Air Station (NAS) Whidbey Island, Oak Harbor, Washington.
Zip Code: 98278
Country: UNITED STATES
 
Record
SN01215655-W 20070121/070119225906 (fbodaily.com)
 
Source
FedBizOpps 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.