Inactive
Notice ID:W9123619B0020
REPLACE FLIGHT LINE AVIATION POL YARD (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 ...
REPLACE FLIGHT LINE AVIATION POL YARD (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. The U.S. Army Corps of Engineers-Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of a Replacement Flight Line Aviation POL Yard, (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 small business set aside. 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) Sealed Bid contract with nine (9) Base Contract Line Items (CLINS) and eight (8) 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 failing infrastructure at Felker Army Air Field, JBLE with a modern, complete, and usable fuel point. The new POL Yard will be constructed adjacent to the existing POL Yard location. The two (2) 30,000 gallon aboveground storage tanks will be replaced with two (2) 20,000 gallon aboveground storage tanks, with room reserved for a future third tank. The project will have all necessary associated equipment, truck parking, truck fill islands, offloading station, filtration, canopies, storage building and distribution piping. The contract completion date will be 300 calendar days after notice to proceed. Contractors will be required to submit bonding documents prior to award. The Government intends to award a firm fixed priced contract to the responsible bidder whose proposal conforms to the terms of the IFB notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through an IFB Sealed bid process with definitive responsibility criteria. The Definitive Responsibility Criteria (DRC) is anticipated to be as follows: The Bidder 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 demonstrating experience with the following elements: Installation of fabricated above ground jet fuel storage tanks, offload position, and fill stand position that complies with the criteria and standards within the DoD Unified Facilities Criteria (UFC) 3-460-01. The Bidder 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 individual offload, truck fill stand, or 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 this IFB. The Bidder will demonstrate this experience through the submission of a Past Performance Questionnaire. The IFB and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about July 31, 2019 Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders 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