Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
DOCUMENT

Y -- NAVFAC SOUTHWEST DESIGN-BID-BUILD MILCON PROJECT P-1508, REPLACE FUEL STORAGE AND DISTRIBUTION FACILITIES AT NAVAL AIR STATION LEMOORE, LEMOORE, CALIFORNIA - Attachment

Notice Date
3/3/2015
 
Notice Type
Attachment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, DESERT IPT CODE ROPDA CODE ROPDA 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247315R0001
 
Response Due
4/3/2015
 
Archive Date
4/18/2015
 
Point of Contact
The preferred method of contacting the POC is via email at Kenneth.redmond@navy.mil
 
E-Mail Address
Kenneth Redmond Contract Specialist
(kenneth.redmond@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Southwest to facilitate the decision making process. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Based upon this survey a decision will be made whether to issues the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted be respondents to this notice is strictly voluntary. The Naval Facilities Engineering Command, Southwest, San Diego, California is seeking eligible small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses firms capable of performing the construction of: DESIGN-BID-BUILD MILCON PROJECT P-1508 REPLACE FUEL STORAGE AND DISTRIBUTION FACILITIES AT NAS LEMOORE, CALIFORNIA The estimated total contract price range, in accordance with DFARS 236.204 is between $25,000,000 and $100,000,000. All small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government s best interest. The North American Industry Classification System (NAICS) Code is 237120, (Oil and Gas Pipeline and Related Structures Construction) with a Small Business Size Standard of $33.5 million, average annual gross receipts for the preceding three fiscal years. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. PROJECT DESCRIPTION: The project is MILCON project P-1508 which includes the construction/replacement of a jet-fuel storage complex consisting of fuel piping to 20 existing hot fuel outlets, fuel transfer piping, three 5,565-kiloliter (KL) (1,470,117-gallon) aboveground fuel storage tanks, pump-house, 325-square meter fuel operations support facility. It modifies existing fuel truck loading position and adds two additional positions, and modifies existing truck unloading stations. It replaces existing Military Service Station and provides a 95 kL (25,000 gallon) surge tank. Work includes leak detection, product recovery system, piping, cathodic protection, fire protection, automatic tank gauging, utility connections, emergency generator, access roads, security fencing and lighting, and site preparation. Work also includes the demolition or decommissioning of existing fuel underground storage tanks and associated support facilities. Project includes remediation of fuel contaminated soil funded by other appropriations. The project design is complete and will be provided to the selected contractor at time of award. SUBMISSION REQUIREMENTS Interested sources are invited to respond to this Sources Sought announcement by using the form provided under file titled Sources Sought Information Form , providing the following information: 1) Contractor information: Provide your company s contact information. 2) Business Size: Identify whether your company is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Small Business or Large Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of 5 Government or commercial contracts/projects your company has completed in the last 5 years, demonstrating your experience in construction/Replacement of Fuel Storage and Distribution Facilities construction projects as indicated in this announcement within the cost range of $25,000,000 to $100,000,000. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, type of contract, a narrative description of the product/services provided by your company, and customer information including point of contact, phone number and email address. If the design was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house, and the contract completion date. Indicate whether you have an established working relationship with the design firm. Responses to items 1 through 4 above are limited to 6 single-sided, 8.5 X 11 inch pages. The 6 page limitation includes pages 1 through 6 of the Sources Sought Information Form . The minimum font size is 10 point. Three (3) copies of the Sources Sought Information Form shall be submitted to Naval Facilities Engineering Command, Southwest. PROJECT LABOR AGREEMENT INQUIRY In accordance with FAR 22.503(b) and (c), we are soliciting the views of stakeholders on the use of Project Labor Agreements (PLA). Utilize the attached Project Labor Agreement Inquiry Form to demonstrate your responses and submit one (1) copy of the form to Naval Facilities Engineering Command, Southwest. A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C 158(f). Federal Acquisition Regulation (FAR) Policy: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will (1) Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Submissions must be received at the office cited no later than 2:00 PM Pacific Standard Time on April 1, 2015. The package can be email to Kenneth.redmond@navy.mil or can be mailed to the following address: Naval Facilities Engineering Command, Southwest, 1220 Pacific Highway Bldg. 129, San Diego, CA. 92132-5190 (Attn: Kenneth Redmond). Questions or comments regarding this notice may be addressed to Kenneth Redmond, (619) 532-4571, kenneth.redmond@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AB/N6247315R0001/listing.html)
 
Document(s)
Attachment
 
File Name: N6247315R0001_Enclosure_(1)_N62473-15-R-0001_-_Sources_Sought_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247315R0001_Enclosure_(1)_N62473-15-R-0001_-_Sources_Sought_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247315R0001_Enclosure_(1)_N62473-15-R-0001_-_Sources_Sought_Information_Form.docx

 
File Name: N6247315R0001_Enclosure_(2)_Project_Labor_Agreement_Inquiry_Form.docx (https://www.neco.navy.mil/synopsis_file/N6247315R0001_Enclosure_(2)_Project_Labor_Agreement_Inquiry_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247315R0001_Enclosure_(2)_Project_Labor_Agreement_Inquiry_Form.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Station Lemoore, Lemoore, California
Zip Code: 93246
 
Record
SN03656666-W 20150305/150303234403-b2824d92822860627978817e428f94b4 (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.