News

Replace Ground Vehicle Fuel Faciltiy

Type of document: Contract Notice
Country: United States

Replace Ground Vehicle Fuel Faciltiy

Agency:
Department of the Army

Official Address:
803 Front Street Norfolk VA 23510-1096

Zip Code:
23510-1096

Contact:
Kevin E. Comegys, Contract Specialist, Phone 7572017310, Email kevin.e.comegys@usace.army.mil

Link:

Date Posted:
08/05/2019

Classification:
Y

Contract Description:
Replace Ground Vehicle Fuel Facility (JBLE) Joint Base Langley Eustis Newport News, VA
THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT PROPOSALS OR QUESTIONS IN RESPONSE TO THIS NOTICE. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 17 MAY 2019.
The U.S. Army Corps of Engineers-Norfolk District intends to issue an (IFB) Sealed Bid type contract for the acquisition of a Replacement Ground Vehicle Fuel Facility, (JBLE) Joint Base Langley Eustis, Newport News, VA. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures.
The requirement will be solicited as an unrestricted procurement. The applicable NAICS code is 237120, Oil and Gas Pipeline and Related Structures with a Business Standard of $36.5M. The Government intends to award a firm-fixed-price (FFP) contract with ten Base Contract Line Items (CLINS) and seven Option CLINS. The magnitude of construction is between $5,000,000 and 10,000,000.

This effort will require the services of a construction firm capable of managing the demolishing of three degraded underground storage tanks, and replace them with three horizontal above ground storage tanks and six dual hose fuel dispensing units. Work shall include anti-terrorism force protection requirements, utility connections, curb and gutters, storm drainage / Low Impact Development (LID), information systems, site development, fencing, and signage.

The contract completion date will be 300 calendar days after notice to proceed.

This contract will require a Payment and Performance Bond pursuant to Federal Acquisition Regulation (FAR) 52.228-15 through an approved surety under the United States Treasury Department Circular 570.

The Government intends to award an IFB Sealed bid contract to the responsible offeror whose proposal conforms to the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through an IFB Sealed bid process.

The Definitive Responsibility Criteria (DRC) is anticipate to be as follows:

The Offeror shall identify a minimum of two (2) and a maximum of four (4) projects in which it has performed as the prime contractor, joint venture, or subsidiary.

The projects must demonstrate experience with the following elements: Construction of a new ground products fueling facility that includes installation of fabricated aboveground fuel storage tanks, offload position, and vehicle fueling dispensers that complies with the criteria and standards within the DoD Unified Facilities Criteria (UFC) 3-460-01. The Offeror may demonstrate experience with individual elements in one project or may demonstrate experience with each element in separate projects provided the offeror demonstrates performance of each element in two different projects.

If experience with all elements is demonstrated in one project, the project must have a minimum value of $3 million. If experience with construction of a new ground products fueling facility, vehicle dispensers, and tanks is demonstrated through separate projects, the project must have a minimum value of $500k.

Projects must have been performed within eight (8) years prior to the date of the issuance of proposed solicitation.

The Offeror will demonstrate this experience through the submission of a Past Performance Questionnaire.

The solicitation and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website () on or about May 17, 2019 Telephone calls or written requests for the solicitation package will NOT be accepted. Prospective Offerors are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award.

For inquiries about this synopsis, please contact Mr. Kevin Comegys at kevin.E.Comegys@usace.army.mil.

Response Date:
052319

Sol Number:
W91236-19-B-0008

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy