Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

Z -- Replace Underground Fuel Tanks

Notice Date
5/3/2010
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-10-R-0005
 
Point of Contact
Elia M. Portz, Phone: +34 95 584-8017, Stephen C. Makowsky, Phone: +34 95 584 8334
 
E-Mail Address
elia.portz@moron.af.mil, stephen.makowsky@moron.af.mil
(elia.portz@moron.af.mil, stephen.makowsky@moron.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force intends to solicit proposals (FA5575-10-R-0005) for Firm-Fixed Price contract to replace Underground Fuel Tanks in Moron AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or after 19 May 10. The contract will consist of a period of performance of 180 calendar days. Contract magnitude is between $500,000 and $1,000,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." SCOPE OF WORK: The work includes, but is not limited to, the following items: 1. Excavation of soils surrounding the U/G tanks, withdrawal and hauling to a controlled dump site within Base limits. If the government deems the soil is not contaminated, contractor shall re-utilize such soil as backfill material. Should it be contaminated, the contractor shall convey it to a controlled dump site within Base limits. 2. Removal of the existing 2x25,000 gal (2 x 94,635.25 l.)U/G tanks and accessories at the Power Plant. Tank at the Dining Facility shall be left in place. All three tanks shall be fuel-emptied by the government, property shall be transferred to the contractor who shall become owner and shall decommission, close-out, convey and haul to a controlled site outside Base limits of all the material that has been removed except the tank from the Dining Facility which shall be decommissioned and closed-out prior to be left in place. Removed tanks at the Power Plant shall be subsequently replaced with double wall U/G tanks of the nearest higher equivalent metric storage capacity, including sumps and connections, as follows: 2 ea x 100,000 l. (2 x 26,417.22 US gal). Another double wall U/G tank of the nearest higher equivalent metric storage capacity of 100,000 l. shall be located at the Dining Facility at an appropriate location. 3. Installation of the channels for the fuel pipes in the mechanical room, building 115. 4. Provision of fuel fill/supply/return/vent systems and accessories. 5. Installation of level gauges, leak detector and control centers. 6. Installation of grounding systems. 7. Painting & marking of the discharge areas and vent pipes. 8. Repair those elements affected by the execution of the project. 9. Testing, put in operation and adjustments of the systems installed. 10. Final cleaning. 11. Deliver As-Built drawings. The above general outline and list of Principal Features of Work in no way limits or reduces the responsibility of the Contractor to perform all work as required by the project to provide a complete and operable facility. Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "Registro Oficial de Contratistas de Obras del Estado" of the "Ministerio de Economía y Hacienda" covering the following groups, subgroups, and categories. Group Subgroup Category A 1 b I 6 b Certificate from company which will perform installation (category II) and repair work (category III) authorized liquid fuel products installations, in accordance with RD 365/2005, MI IP05. it is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov, frequently for any new postings that may have been made. As a last resort if you cannot download the solicitation from the internet FBO site, we will provide a CD ROM Disk, however, you must provide a two working day notice (work days are Monday through Friday except Spanish and American holidays) of your request for a CD ROM Disk to the above E-Mail Addressee or to FAX 34 95-584-8054. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the Central Contractor Registry (CCR), contracts cannot be awarded to unregistered contractors. Registration can be made on line at www.ccr.gov NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902446688. To obtain a NATO CAGE code you must fill out the form found in : http://www.dlis.dla.mil/Forms/Form AC135.asp Failure to be registered in CCR at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is CCR registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-10-R-0005/listing.html)
 
Place of Performance
Address: 496 ABS/LGC Apartado 221 Moron de la Frontera, Sevilla, 41530, Spain
 
Record
SN02139051-W 20100505/100503235139-d27228cfbeadc1e5f38d40ce7b052c44 (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.