Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

Y -- Petroleum Oil Lubricants (POL) Fillstand , Nellis AFB, NV

Notice Date
9/13/2018
 
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-18-R-0080
 
Archive Date
11/9/2018
 
Point of Contact
Ryan E. Rivas, Phone: 2134523310
 
E-Mail Address
ryan.e.rivas@usace.army.mil
(ryan.e.rivas@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed project will consist of constructing two new truck fillstands to support the fuel requirements of additional F-35A aircraft arriving at Nellis AFB, NV. The new fillstands are to be supplied by extending the DLA MILCON hydrant fueling system currently under construction. Also included is a concrete masonry unit (CMU) support facility, concrete pad for truck drive-through, access road, sitework and fencing, utilities and all other support as necessary. Equipment at each fillstand position will include an isolation valve, basket strainer, positive displacement meter with temperature compensation, Scully grounding / overfill prevention system, truck loading control valve with deadman controls and 4-inch diameter mechanical loading arm with nozzle. Equipment at each fillstand position will be installed below a protective canopy structure. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE PROCUREMENT. This will be a Competitive Request for Proposal (RFP), using LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) procedures, resulting in a firm fixed-price contract. The proposals will be evaluated on the evaluation criteria stated in the RFP. Both a technical and a price proposal will be required. It is the Government's intent to award based on initial offers without discussions; therefore, the offeror(s) shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 365 calendar days after receipt of Notice to Proceed (NTP). The North American Industry Classification System (NAICS) code 237120, Commercial and Institutional Construction 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 of the project is between $5,000,000.00 and $10,000,000.00. The solicitation will be made available on/or about September 25, 2018. All proposals will be due on/or about October 25, 2018 at 2:00 P.M. PT. This is to notify all potential offerors: Solicitation No. W912PL-18-R-0080 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-18-R-0080/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas Valley, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN05088149-W 20180915/180913231416-23ef0cedd3e0452ec3d7d722c2a3ac65 (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.