Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

Z -- Defense Energy Support Center (DESC) Petroleum Maintenance and Repair Acquisition

Notice Date
6/8/2009
 
Notice Type
Presolicitation
 
NAICS
424710 — Petroleum Bulk Stations and Terminals
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY09R0023
 
Response Due
7/23/2009
 
Archive Date
9/21/2009
 
Point of Contact
lanita.d.mcgraw, (256) 895-1126<br />
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(lanita.d.mcgraw@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912DY09R0023. This synopsis publicizes contract actions proposed to support the US Army Engineering and Support Centers Defense Energy Support Center (DESC) Program. The purpose of the DESC program is to support federally funded petroleum facilities and military installations under the Defense Logistics Agency (DLA), DESC, other Department of Defense (DOD) Activities, and other Federal Activities throughout the Continental United States, District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions (CONUS and OCONUS)with compliance programs for tanks, piping, separators, dispensing units, and support facilities procurement/installation, and maintenance requirements. These services will consist of those actions required to preserve and maintain Government petroleum real property facilities in such a condition that they may be effectively used for their designated functional purpose. In order to accomplish this objective, the DESC program proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts (MATOC), under which firm-fixed price (FFP), or time and materials (T&M) task orders may be issued. Work will be accomplished through performance based work statements stating the measurable performance standards, and performance incentives where appropriate. Preventive maintenance tasks will be defined as re-current, periodic or scheduled work to preserve a facility by preventing its deterioration. Other maintenance may be ordered for non-petroleum systems such as for separators, piping, tanks, sewers, storm drains, etc. Minor Repair will be defined as the restoration of a real property to such a condition that it may effectively be utilized for its designated purpose by overhaul, reprocessing or replacement of constituent parts or materials that have deteriorated by action or elements or usage and that have not been corrected through maintenance. Periodic testing of systems/components, generally on a quarterly basis, is included within the DESC definitions of maintenance and repair. Other repair may be ordered for non-petroleum systems such as for separators, piping, tanks, sewers, storm drains, or requirements to meet compliance with applicable laws and regulations. Some maintenance funded construction services will be required to support the continual operation, maintenance and use of these facilities, systems, and equipment. These construction services may involve the alteration, conversion, and/or reconfiguration of petroleum facilities, systems, and equipment. Specific work requirements to be performed include: maintenance and repair of exposed piping, system components, pumps, valves, electrical and static grounding, aboveground storage tanks, belowground storage tanks, swivels and swing joints, ground cables, disconnect switches, surge arrestors, class III systems, gaskets, filter separators, water drains, micronic filters, cathodic protection, dikes, AFSS, ATG, and system control panels, vacuum and pressure vents, liquid level gauges and low-level controls, high-level control valves and alarms, dispensers, and tank gauges, starters and contactors, wiring and fuse boxes, grounding conductors, flow meters, dispenser calibration, vapor recovery system, pressure gages, pressure relief valves and shear valves, static ground rods, and hoses. In addition, pressure tests of piping at class III facilities, pressure tests of piping at non-class III facilities, tank tightness testing, and development of operation and maintenance manuals will also be performed. The proposed ordering period is for one (1) base year and four (4) one-year option periods. The total programmatic DESC requirements expected to be awarded under the contracts are anticipated to equal approximately $35,000,000 (if the options are exercised). This synopsis publicizes a proposed solicitation (request for proposal) for a small business set-aside competition. Any contract(s) resulting from the proposed solicitation is set-aside for small business concerns. Offers from other than small business concerns will not be considered. The total capacity will be shared amongst all awardees in the MATOC pool. It is anticipated that approximately 33 task orders will be awarded during the base year. This acquisition may require the handling and generation of classified information. This support may call for extensive domestic and international travel. Personnel shall be able to obtain necessary security clearances. The solicitation will be made available to interested parties through the Federal Business Opportunities website at www.fedbizopps.gov, after the closing date of this synopsis. All responsible small business sources may submit a proposal which will be considered by the agency in accordance with the solicitation requirements. Significant evaluation factors for award are anticipated to include: Technical Capability, Management Plan, Past Performance, and Price. Awards are anticipated to be made in the first quarter of FY10. The point of contact for this action is LaNita McGraw-Holloway, 256-895-1126. Email your questions to US Army Corps of Engineers, Huntsville at lanita.mcgraw-holloway@usace.army.mil or lanita.d.mcgraw@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY09R0023/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01838368-W 20090610/090608234535-7be06095ec6376b3755d293d2bfa2e9d (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.