Inactive
Notice ID:W912HN18R3007
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN18R3007 for the construction of the Tanker Truck Delivery System at Seymour ...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN18R3007 for the construction of the Tanker Truck Delivery System at Seymour Johnson AFB, NC. This project will provide a tanker truck fuel delivery system capable of simultaneous receipt and delivery. System will be capable of receiving 1,600 Gallons Per Minute (GPM) while simultaneously issuing 2,400 GPM of jet fuel. Construct truck unloading and load stand facilities, four unload drop tanks with 400 gallon per minute pumps and secondary containment, a pump house with simultaneous issue and transfer capabilities, fuel piping, and refueler truck parking area. Provide utilities, storm sewer, pavement, access roads, area lighting, emergency generator, cathodic protection, leak detection, fire protection, communications, site preparation and improvements, canopies for drop tanks and fill stands. Demolish existing pump house, truck offload points, co-located fill stands, and associated fuel lines. This project will meet all applicable DoD criteria to include cyber-security. The Defense Logistics Agency certifies that this facility has been considered for joint use, as applicable, by other components. The subsequent Contract will result in a C-Type design-bid-build contract with a base bid award and options. The Period of Performance is 540 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 237120 -- Oil and Gas Pipeline and Related Structures Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process- specifically, the Lowest Price Technically Acceptable (LPTA). Two technical factors will be used: Corporate Relevant Specialized Experience and Past Performance. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 9 May 2018. and approximate closing date is on or about 11 June 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: Contractual questions should be forwarded to Contract Specialist, Arcia E. Fusi at Arcia.E.Fusi@usace.army.mil or to the attention of Contracting Officer, Andrew K. Page at Andrew.K.Page@usace.army.mil . The contracting officer address is 100 West Oglethorpe Avenue, Savannah, GA 31401.