Niagara Falls ARS

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR20RNiagaraFallsARS

Basic Details

started - 18 May, 2020 (about 4 years ago)

Start Date

18 May, 2020 (about 4 years ago)
due - 19 Jun, 2020 (about 3 years ago)

Due Date

19 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912QR20RNiagaraFallsARS

Identifier

W912QR20RNiagaraFallsARS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709065)DEPT OF THE ARMY (133116)USACE (38131)LRD (5560)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
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.

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately.Project Location: Niagara Falls ARS, NYProject Description:  Replace the damaged and non-compliant components of the former 107 ANG aircraft fuel system including the pumphouse, controls, operating storage, distribution lines, existing fuel pits, existing fuel service line, and replacing existing jet-fuel transfer line. By doing so, the aircraft refueling system can become operational, commensurate with the demands of the 914 ARW KC-135 mission. All components, including distribution lines, must meet current New York environmental requirements.a. P2 488039- Repair/Replace Fuel Bulk Storage Transfer Line: Replace approximately 5,725 LF
of aircraft fuel transfer line, including cathodic protection, between 914 ARW and former 107 ANG bulk storage areas. Existing 6” carbon steel piping, including 8” fiberglass containment pipe, will be removed completely and replaced with 8” carbon steel piping. Replace low point drains and thermal relief valves between bulk storage area and pumphouse.b. P2 Number 488040- Pumphouse and distribution line: Replace approximately 1,850 LF of aircraft fuel distribution line (850 LF above ground), including cathodic protection, between former 107 ANG bulk storage areas and apron isolation valve pit.  Existing underground 10’’ carbon steel piping and above ground 10’’ stainless steel distribution lines will be removed completely and replaced.  Replace/install new low point drains and thermal relief valves, replace product recovery tank.c. P2 488041 Repair Aircraft refueling pits/service lines- Provide a serviceable, defect-free fuel service line, valves and low point drains between the apron isolation valve pit and hydrant refueling pits is imperative to provide necessary hydrant refueling capability for KC-135 operations Replace approximately 1,500 LF of aircraft fuel service line, including cathodic protection, between apron isolation valve pit and the five refueling pits. Existing 10” carbon steel piping, including 12” fiberglass containment pipe, will be removed completely and replaced with 10” carbon steel piping. Repair concrete pavement in-kind. Provide 3rd party certified tightness testing/leak detection system for loop system. Replace low point drain pit/piping/concrete walls adjacent to hydrant pits. Replace/install new low point drains and thermal relief valves between apron isolation valve pit and five refueling pits. Install new hydrant control valves and water draw-off pipes in the hydrant/isolation valve pits. Remove and replace existing fuel pits (5 ea).  Refueling pits need to be upgraded to support KC-135 operations and spaced to accommodate required clearances. Hydrant refueling system must meet current New York environmental requirements including leak monitoringContract duration is estimated at 760 calendar days. The estimated cost range is between $10,000,000 and $25,000,000.  NAICS code is 236220.  All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by 19 June 2020 by 10:00 AM Eastern Time.Responses should include: Identification and verification of the company’s small business status.Contractor’s DUNS Number(s) and CAGE Code(s).Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.Description of Experience – Provide descriptions of your firm’s past experience on no more than two (2) projects with greater than 95% construction complete or those projects completed within the last seven years which are similar to this project in size, scope, and dollar value.   Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors.  Demonstrate experience including self-performing 15% of the construction.  Provide documentation demonstrating experience for projects of similar type projects.  Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.Similar projects include:  Repair or new construction of a high pressure closed loop system to include, but not limited to: pressure storage tank, pump house, welded stainless steel piping work, Cathodic protection piping, tightness testing, repair of bulk storage tanks and install of controls.  Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed.  Size of the projectScope of the projectThe dollar value of the construction contractThe percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.Whether the project was design build or design/bid/buildIdentify the number of subcontractors by construction trade utilized for each project. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.NOTE: Total submittal package shall be no longer than 8 pages.  Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Levi Speth at Levi.R.Speth@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government.  Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.  The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.  However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).

NY   USALocation

Place Of Performance : N/A

Country : United States

You may also like

The Niagara Falls National Heritage Area (NFNHA)

Due: 31 May, 2024 (in 1 month)Agency: Utah division of arts and museums

Fenelon Falls Library Improvements

Due: 30 Apr, 2024 (Tomorrow)Agency: City of Kawartha Lakes

New South Niagara Falls Elementary School

Due: 01 May, 2024 (in 2 days)Agency: District School Board of Niagara

Please Sign In to see more like these.

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

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2GCREPAIR OR ALTERATION OF FUEL STORAGE BUILDINGS