Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

S -- TANK INSPECTION, TESTING, AND REPAIRS AT THE NAVAL SUPPORT ACTIVITY, CRANE, INDIANA

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008516R2817
 
Response Due
8/30/2016
 
Archive Date
9/14/2016
 
Point of Contact
Debbie Dills, phone: 812-854-3234 or e-mail: debbie.dills@navy.mil
 
E-Mail Address
Grimard,
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N40085-16-R-2817; Naval Facilities Engineering Command Mid-Altantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity (IDIQ) type contract for accomplishment of tank inspection, testing and repairs at the Naval Support Activity (NSA Crane), Crane, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform inspection, testing, and repairs fuel, oil and hazardous waste aboveground and underground storage tanks in accordance with 40 CFR 112, 40 CFR 280, 40 CFR 264, NFPA30, NFPA30A, Steel Tank Institute and applicable Indiana and local regulations. Work will be performed at the Naval Support Activity Crane, Indiana. Storage tanks will range in size of 55 gallons to 30,000 gallons. Some work will require Steel Tank Institute (STI) Certified AST Inspectors and Veeder Root Certified Technicians. Inspections will be completed in accordance with STI and NFPA30. Testing on tanks will involve tank tightness testing to 0.1 gph and cathodic protection testing along with Veeder Root Functionality testing. Repairs may involve repairs to dispensing systems, leak detection systems, overfill prevention systems, tank venting and other tank and fueling components. The term of the contract would be for a base period of twelve months and four (4) 12-month option periods to be exercised at the Government s discretion. The contract will contain a provision for a one-time guaranteed minimum of $2,500.00. The contract maximum is $750,000.00 for the entire 60 month period. Applicable NAICS Code for this solicitation is 541380 Testing Laboratories. The Small Business Size Standard is $15,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 50 percent of the cost of the contract performance incurred for personnel shall be expended with its own employees. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman Owned Small Businesses (WOSB); Economically Disadvantaged Woman Owned Small Businesses (EDWOSB) or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB,, HUBZone concern, WOSB, EDWOSB,, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HubZone concerns, WOSB, EDWOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, WOSB concern, or EDWOSB concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract, and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.). Anticipate the solicitation will be released on or about September 15, 2016 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to debbie.dills@navy.mil. Responses may be submitted under Solicitation Number N40085-16-R-2817 via e-mail to: debbie.dills@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Debbie Dills, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on Tuesday, August 30, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8287cc3534efedd8f5d997ce33b7991d)
 
Place of Performance
Address: Naval Support Activity
Zip Code: 300 Highway 361, Crane, IN
 
Record
SN04222020-W 20160814/160812235008-8287cc3534efedd8f5d997ce33b7991d (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.