Construct Bulk Diesel Facility
SOURCES SOUGHT SYNOPSIS For Construct Bulk Diesel Facility, McAlester Army Ammunition Plant (MCAAP) This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for prelimin... SOURCES SOUGHT SYNOPSIS For Construct Bulk Diesel Facility, McAlester Army Ammunition Plant (MCAAP) This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents may or may not be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District is conducting market research to identify sources capable for a Bulk Diesel Storage Facility at McAlester, OK. Work is expected to begin starting in June or July 2019. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The 236220 NAICS code is not available for set-aside to ED/WOSB however ED/WOSB businesses are encouraged to submit as a Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Interested Small business, Section 8(a), HUBZone, SDVOSB and ED/WOSB and Large businesses are highly encouraged to participate. This Sources Sought Notice is a Competitive, construction acquisition. USACE is encouraging responses from all qualified SMALL BUSINESS sources capable of providing these services. It is anticipated that a Firm Fixed Price (FFP) award will result, should a solicitation be issued, to the lowest priced vendor who can meet the objectives & specifications required in the Statement of Work (SOW)/Performance Work Statement (PWS). NAICS for this project is 236220 "Commercial and Institutional Building Construction" which has a small business size standard of $36.5M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Tulsa District has the following requirements: Capable of performing the construction of a Diesel Bulk Storage Facility for McAlester Army Ammunition Plant consisting of the demolition of the existing storage tanks and construction of the new fuel storage facility. The demolition shall include the removal of one 4,000 bbl bulk API fuel storage tank, removal of four 12,000 gallon STI fuel storage tanks, removal of one truck offload facility, removal of one truck fill stand facility, removal of pump house/POL storage building, removal of all aboveground associated piping and appurtenances, and removal of underground issue piping. New construction shall include three new 50,000 gallon horizon AST's (UL listed 2085) fuel tanks, combined truck offload facility/truck fill stand facility include top loading capabilities, and a new POL storage building. Support facilities include storm water management, spill containment systems, roadways, fencing and gates, and general site improvements. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000.00 and $10,000,000.00. The purpose of the above information is to afford potential companies/vendors with a realistic view of required services that are expected. Should USACE decide to issue a solicitation, the actual SOW/PWS will be included in the solicitation. Estimated duration of the project is 790 calendar days. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is to be determined, and the estimated proposal due date is on or about June 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 4. A description of how the firm would manage fuel-related specialties. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. **Proof of System for Award Management (SAM) registration is required in your response. For example, providing a valid Commercial and Government Entity Code (CAGE Code) will allow USACE to verify your registration in the SAM system. The Contract Specialist will search the SAM database using the provided CAGE code, supplied by the vendor, to determine eligibility. Interested companies who are not currently registered in SAM but wish to compete for this award, must be fully registered by the time of award or risk your quote being declared as "Non-Responsive". USACE will not delay the award of a contract for a company not fully registered in the SAM system prior to the award date. To register in SAM, go to https://www.sam.gov and follow the instructions provided on their web site, this is a free service on their site** 1) The SOC must be submitted via email to shawn.brady@usace.army.mil. Responses must be received on or before, but no later than (NLT) May 3rd, 2019 by 2:00 p.m. Central Standard Time (CST). When submitting your email response, the subject line must read Construct Bulk Diesel Facility Sources Sought. No other notification to firms for this project will be made. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Mr. Shawn Brady at shawn.brady@usace.army.mil at 918-669-7670 or diane.cianci@usace.army.mil; phone number 918-669-7458. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to shawn.brady@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 3 May 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to shawn.brady@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »