Z--Sources Sought - Red Hill Construction Support Services, Oahu, Hawaii

expired opportunity(Expired)
From: Federal Government(Federal)
N3943019R2129

Basic Details

started - 08 Mar, 2019 (about 5 years ago)

Start Date

08 Mar, 2019 (about 5 years ago)
due - 10 May, 2019 (about 5 years ago)

Due Date

10 May, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N3943019R2129

Identifier

N3943019R2129
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (708492)DEPT OF THE NAVY (156869)NAVFAC (10910)EXPEDITIONARY WARFARE CENTER (384)NAVAL FACILITIES ENGINEERING AND (359)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1.0 INTRODUCTION The Naval Facilities Engineering and Expeditionary Warfare Center (EXWC) requires construction support services for ongoing Petroleum Oil and Lubricant (POL) work at the Red Hill Bulk Fuel Storage Facility (RHBFSF), Joint Base Pearl Harbor Hickam, Hawaii. Services will include staffing, equipment, and materials necessary to support POL construction contractor work at the RHBFSF. The POL construction contracts at RHBFSF involve cleaning, inspection, repair, and coating work on liquid fuel storage tank liners, piping, vents, valves, pumps, and motors. Often more than one construction contract will be ongoing at the same time at the facility. Typical construction support services will include a. Installation, operation, and maintenance of tank liner access systems for personnel and materials b. Generation, distribution, and maintenance of electrical service c. Production and maintenance of industrial ventilation d. Production and maintenance of compressed air e.
Installation and maintenance of austere office space. Due to the unique nature of the RHBFSF and the specialized inspection and construction work necessary at the facility, support services will take place inside tunnels, adits, large underground storage tanks, and confined spaces. Support services for construction and inspection work will be continuous with various contractors although there could be periods with no activity. A general description of the facility is attached to this notice. The Governmentâ€TMs intent is to specify annual baseline and peak support service requirements. A more detailed list of requirements will be included in a Request for Proposal (RFP), should one be issued. Information received from this sources sought notice will be used to ascertain potential market capability and determine an acquisition strategy (e.g., full and open, small business set-aside, single award, etc.). After finalization of an acquisition strategy and if an RFP is released, it will be posted on the FEDBIZOPPS website. The intent is to award a Firm Fixed Price (FFP) type of contract with base and option years. There is no solicitation at this time. This Sources Sought Notice (SSN) does not constitute a request for proposals. Submission of any information in response to this notice is purely voluntary. The Government assumes no financial responsibility for costs incurred. This notice shall not be construed as a commitment by the Government to execute a requirement. The Government will not pay for effort expended in responding to this notice. A draft Performance Work Statement is attached to this notice. 2.0 SOURCES SOUGHT This SSN is for information and planning purposes only and shall NOT be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for information provided in a response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concernâ€TMs qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in resultant solicitation(s). 3.0 SERVICE REQUIREMENT CORE CAPABILITIES Capability 1: Expertise in the design, fabrication, installation, operation, and maintenance of tank liner access systems capable of operation at RHBFSF. The intent of this capability is that the Government will receive safe and robust access to the tank liner at all levels, regardless of the means and methods deployed. Historically a combination of systems has been used but this SSN encourages capability statements which leverage resources or methods which exist in industry. Capability 2: Experience in operating industrial utility and support services within a mine or tunnel complex or space-constrained industrial facility. Capability 3: Design, procurement, installation, operation, and maintenance of efficient temporary electrical power generation and distribution. The system must be capable of supplying multiple construction loads at fixed locations in both upper and lower tunnels. The system must be scalable during periods of peak demand. Capability 4: Design, procurement, installation, operation, and maintenance of a temporary industrial ventilation trunk system. The capability must supply multiple construction loads at fixed locations in both upper and lower tunnels. The volumetric flow must be scalable during periods of peak demand. Capability 5: Compliance with Homeland Security Presidential Directive (HSPD)-12 and implementing Directive DTM-08-006 to establish worker access. All contractor employees require a favorable Tier 3 adjudication in order to be eligible for access authorization by the Navy Command Security Manager. 4.0 SITE VISIT Firms with a sincere interest and intent to submit a Capabilities Statement are encouraged to reserve a spot and participate in a Site Visit which will allow first-hand viewing of a representative portion of the facility. The Site Visit is scheduled for 0900 on 17 Apr 2019 at the Navy Exchange parking lot rally point identified on the attached map in Honolulu, HI. Expect the Site Visit to take approximately 6 hours. No more than two representatives per firm can be accommodated. Due to security reasons, only US citizens are eligible to attend. Please wear apparel suitable for an industrial facility – no shorts or open-toe shoes. Personal Protective Equipment is available at the site. Reservations can be made by contacting the Contracting Officer by email with the (no more than) two individualâ€TMs names and confirmation of US Citizenship, firm name, and contact information no later than 1700 PDT 29 March 2019. Personnel will be escorted, so pre-clearance is not required. Attendees must be prepared to demonstrate US Citizenship upon arrival (i.e. passport, birth certificate, naturalization certificate). 5.0 CAPABILITY STATEMENTS All interested firms having the experience, skills and capabilities necessary to perform service requirements are requested to provide capability statements not to exceed ten pages (five double-sided pages) in “Times New Romanâ€� 12-pitch font, formatted to fit an 8.5 x 11 sheet that include the following information. a. Company name, address, point of contact name, telephone, and email address. b. CAGE Code and DUNS Number. c. Business size status (business size/socio-economic category must be submitted to be used). d. Identify existing contract vehicles and contract numbers your company has been awarded under NAICS 237990, entitled, Other Heavy and Civil Engineering Construction e. Recommended/suggested NAICS codes for this effort. 5.0 SUBMISSION INSTRUCTIONS All responses to this Sources Sought Notice must be submitted electronically to William Hepler, Contracting Officer at william.hepler@navy.mil. The subject of the email must be titled “Sources Sought: Red Hill Construction Support Services.â€� To facilitate a timely and comprehensive review of all submitted responses, firms must respond using the format requested in this Notice. Any deviation from this format may lead to the rejection of the response. Capability statement responses to this sources sought notice are due no later than 1600 Pacific Time on Friday, 10 May 2019. Responses received after this date and time may not be considered.

N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CALocation

Place Of Performance : N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA

Country : United StatesState : California

You may also like

CONSTRUCTION AND ARCHITECT-ENGINEERING SUPPORT SERVICES

Due: 28 Feb, 2031 (in about 6 years)Agency: FEDERAL AVIATION ADMINISTRATION

Construction Engineering and Inspection Services to Support Existing Contracts

Due: 15 May, 2024 (in 19 days)Agency: Central Florida Regional Transportation Authority d/b/a LYNX

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

237 -- Heavy and Civil Engineering Construction/237990 -- Other Heavy and Civil Engineering Construction
naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY