Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOURCES SOUGHT

Y -- Military Fueling Systems

Notice Date
3/21/2011
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-11-S-E111
 
Archive Date
5/3/2011
 
Point of Contact
Timothy J. Sass, Phone: 4029952070
 
E-Mail Address
Timothy.J.Sass@usace.army.mil
(Timothy.J.Sass@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Number W9128F-11-S-E111: Military Fueling Systems- construction, inspection, and repair in support for the Defense Energy Support Center (DESC) and Defense Logistics Agency (DLA) Sustainability, Reliability, and Maintenance Program (SRM). DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Response to this RFI is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Omaha District, U. S. Army Corps of Engineers (USACE) is seeking information about potential sources interested and capable of providing services under North American Industry Classification System (NAICS) Construction Code 237120. NAICS CODE 237120, Size Standard $33.5M. This industry comprises establishments primarily engaged in the construction of oil and gas lines, mains, refineries, and storage tanks. The work performed may include new work, reconstruction, rehabilitation and repairs. Specialty trade contractors are included in this group if they are engaged in activities primarily related to oil and gas pipeline and related structures construction. All structures (including buildings) that are integral parts of oil and gas networks (e.g. storage tanks, pumping stations, and refineries) are included in this industry. This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors to execute Military Fueling Systems construction, inspection, and repair in support for military customers, within the Department of Defense and various other federal and local agencies requesting the services, as necessary. SCOPE REQUIREMENTS: The scopes of work will include, but not be limited to construction: replacement of aging fuel components; repair of storage tanks and containment areas, providing systems upgrade and maintenance and the incidental design to support the aforementioned construction identified in compliance with all state and federal regulations. It is anticipated that a majority of the task orders will be cost-reimbursable. There is the potential for some fixed price type contract actions. The nature of the military fuel systems mission is such that the nature and size of requirements are sometimes unpredictable. As needs are identified, corrective measures must be implemented quickly. The scope of work for this acquisition includes: A. Construction: Cost-reimbursable design and construction of fueling systems and supporting facilities at military installations. B. Minor Maintenance and Repair (MMR): Minor repair and maintenance ("replacement in kind") of existing fueling systems and equipment, performed as needed, with minimal delay ("rapid response"). C. Tank Leak Detection: The maintenance inspection, repair, alteration, relocation, and reconstruction of welded or riveted, atmospheric pressure, aboveground storage tanks after they have been placed in service, to verify compliance with API 653 and other applicable standards. D. Hydrant Calibration: Inspection and adjustment of Type III, IV, and V Hydrant Fueling systems. E. Fuel Pipe Leak Detection: Pressure tests of above and underground fuel piping to verify compliance with API 653 and other applicable standards. Specific Requirements include: Project locations may exist at all DOD installations, Outside Continental United States (OCONUS), and Continental United States (CONUS). Construction requirements include fast track scheduling and performance, with incidental design. All work must be performed with USACE guidance to State and Federal requirements. TYPES OF CONTRACTS Best practices and lessons learned from past operations success include competition, socio-economic participation, service provider capability of both fixed price and possible cost reimbursement type contracts and advanced contracts commonly known as multiple award task order contracts (MATOC). The Government currently anticipates awarding multiple contracts to large and small businesses with geographic limitations on small business set-asides i.e., CONUS only. All sub-categories of small businesses are being considered during our market research phase. Based upon approval, it is projected that each contract awarded will have a basic ordering period of two (2) years with one additional option period of three (3) years, for a total of five (5) years of performance. Contractors will be required to be registered in Central Contract Registration (CCR) in order to receive contract award. SUBMISSIONS Capabilities and responses must be received no later than 2:00 Central Standard Time on 18 April 2011 via survey monkey at https://www.surveymonkey.com/s/3DNXC3B Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to execute the aforementioned Scope Requirements should participate in the survey. 2. This RFI is for planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Fed Biz Opps for any resultant or future solicitation package (s) that may be issued. 3. Results of the market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, deter mined and document the capabilities and capacity of contractors to provide services as described in the Scope of Requirements. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. This is an RFI to be used in planning a future acquisition, please do not send in any cost proposals or cost information. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov, and www.acquisition.army.mil/asfi/. As such, it is the potential offerors responsibility to monitor the above mentioned sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A PRE-SOLITIATION NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Point of Contact Tim Sass, 402-995-2070 or Doug Hadley 402-995-2068 E-mail your questions to US Army Corps of Engineer - Omaha District at timothy.j.sass@usace.army.mil and/or Doug.E.Hadley@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-11-S-E111/listing.html)
 
Record
SN02405849-W 20110323/110321234733-886ca57e37f12731b25c0e82b010ae67 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.