Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

Y -- Addition/Alteration (ADAL) F-35 Fuel Offload Facility, Luke AFB, NV

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0087
 
Archive Date
11/23/2016
 
Point of Contact
Tracey Daggy, Phone: (213) 452-3239
 
E-Mail Address
tracey.i.daggy@usace.army.mil
(tracey.i.daggy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**The project is at Luke Air Force Base, Arizona. The location was mistakenly listed on the initial notice as Nellis Air Force Base, Nevada. This design-bid-build project consists of modifying existing fuel bulk storage piping manifold to allow simultaneous issue and receipt to and from fuel storage area, installation of three truck offloading skids, and providing the necessary site improvements and utility upgrades to produce a complete and usable facility. Modification to the fuel bulk storage piping manifold is required to support the Joint Strike Fighter (JSF) F-35A aircraft bed down at Luke AFB. The fuel lines and manifolds connecting the bulk storage area and day tanks must be modified to enable the simultaneous issue and receipt to and from the storage area. The current configuration routinely isolates the 30,000 barrel tank and the 10,000 barrel tank during receipts leaving only the day tanks, 24% of the total base storage, to provide aircraft fuel support while fuel is received. In addition, three tank truck offloading skids are required. Facilities will be designed as permanent construction in accordance with the DOD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DOD antiterrorism/force protection requirements per UFC 4-010-01. THIS PROJECT IS A 100 % SMALL BUSINESS SET ASIDE PROCUREMENT using the Lowest-Price Technically Acceptable procedures resulting in a firm-fixed price contract. Both a technical and price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00 22 00, entitled Supplementary Instructions. It is the Government's intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 480 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement is 237120, Oil and Gas Pipeline and Related Structures Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is between $1,000,000.00 - $5,000,000.00. The solicitation will be made available on or about October 7, 2016. All proposals will be due on or about November 8, 2016 at 2:00 P.M. Pacific Time. This is to notify all potential offerors that Solicitation No. W912PL-16-R-0087 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0087/listing.html)
 
Place of Performance
Address: Luke Air Force Base, Arizona, Luke Air Force Base, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN04272852-W 20160917/160915235159-3f89ed7c77cdaffa8649fc685d9ddbc9 (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.