United States - FA8903-DODPOLWorldWideConstruction

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
08 July 2019
Opportunity publication date
08 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 07, 2019 3:18 pm

FA8903-DOD POL Worldwide Construction
 
The Air Force Installation Contracting Center (AFICC)/772d Enterprise Sourcing Squadron (772 ESS) and Air Force Civil Engineering Center (AFCEC), is seeking information concerning the availability of experienced firms (Large and Small) that provide construction and repair for Department of Defense (DoD) Petroleum, Oil, and Lubricant (POL) systems at military installations world-wide.  The purpose of this sources sought is to locate firms that are EXPERIENCED with specific types of DoD POL Fuels Construction. Commercial Fuels Construction experience is neither desired, nor requested as a response.   This sources sought shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Formal solicitations will be executed and posted separately at a future date and is estimated to occur in the first or second quarter of FY20.
 
AFICC/772 ESS intends to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for worldwide DoD POL system construction and repair. While projects may be of any value, most projects will range from $1,000,000 to $5,000,000. The anticipated ordering period is up to 10 years, with on-ramp procedures likely. The total capacity/contract ceiling is expected to exceed $1,000,000,000. We anticipate full and open competition, with scope-based and/or geographically-based small business set-aside determinations (distinct pools of contracts to execute specialized DoD POL work elements) based upon industry feedback received as a result of this sources sought.   
 
The NAICS code for this work is 237120, Oil and Gas Pipeline and Related Structures Construction, with a size standard of $36.5M.
 
REQUIREMENT DESCRIPTION: 
“DoD POL system repairs” is defined as any construction for new, additions to, repairs, or upgrades of DoD POL facilities including above-ground storage tanks, underground storage tanks, cut-and-cover tanks, hydrant fuel distribution systems including its pumps, valves, pump houses, filtration, distribution pipelines, and hydrant system controls. It also includes bulk storage systems, filter separators, product recovery, and system controls, buildings including pump houses, petroleum operations buildings, fuel truck maintenance buildings, or generator buildings.  Work could also include new, repairs, upgrades, or additions to POL facility-related site utilities, aircraft parking aprons, containment areas, (pavement and drainage basin), fuel pits, fill stands/offloads, or POL facility-related cathodic protection, fire protection, special coatings and paints, hazardous material abatement/removal, or demolition of existing DoD POL tanks and buildings. Projects are typically subject to American Petroleum Institute (API) and Steel Tank Institute (STI) standards.
 
“DoD POL facilities” includes Petroleum, Oil, and Lubricants (POL or ‘fuels’) facilities that are located on a United States Department of Defense installation (Army, Navy, Air Force, Marines, Army or Air Force National Guard, or Reserve bases). It does not include facilities on a Coast Guard base, NASA location, or any other federal, commercial, or private facility. DoD POL facilities include fuel farms, above ground storage tanks, underground storage tanks, cut-and-cover tanks, hydrant fuel distribution systems including piping, pumps, valves, hydrant and filter separators, oil water separator, bulk storage systems, transfer pump houses, POL control systems, stilling wells, containment areas, fuel pits, and fill stands.
 
Note:  The DoD POL construction and repair contractor pool is very small compared to other construction industries. Accordingly, most firms that execute this work are General Contractors that have a division or section of their firm that maintains key personnel with DoD POL experience. These General Contractors have experience managing DoD POL construction projects, to include the trades subcontractors that perform the bulk of the work. Some DoD POL General Contractors also have trades personnel on staff that are qualified to perform repairs to meet DoD POL standards (welding, coatings, etc).  Accordingly, AFICC/772 ESS anticipates that our future solicitation for DoD POL system construction and repairs will require that the Prime Contractor directly employ (not subcontract) the Project Manager (PM), Onsite Superintendent (Super), and Onsite Quality Control Manager (QCM). General Contractors that intend to subcontract or team with other firms that employ DoD POL Key Personnel (PMs, Supers, and QCMs) will not be considered.
 
SMALL BUSINESS:  The Government reserves the right to determine if a SMALL BUSINESS (SB) set-aside is appropriate within the MATOC pool, as well as any of the targeted socio-economic programs (HUBZone, 8(a) Small Business, Service Disabled Veteran Owned Small Business, or Women Owned Small Business), based on responses to this sources sought and other pertinent information gathered by the contracting officer.  Therefore, AFICC/772 ESS is seeking input from industry to assist in establishing the most logical utilization of SB and parameters for types of work for set-aside.
 
The Government anticipates awarding distinct pools of contracts to execute specialized DoD POL work elements, as defined follows, and dependent upon the results of this sources sought:
1)      CONUS: Tank Repairs subject to API 653 & 650 requirements
a.       Likely Set-Aside for SB or other socio-economic category
2)      CONUS: Tank Repairs subject to STI SP-001
a.       Likely Set-Aside for SB or other socio-economic category
3)      CONUS: Hydrant System Repairs
a.       Likely Unrestricted, but may be set-aside for SB or other socio-economic category
4)      CONUS: Other DoD POL Infrastructure Repairs
a.       Likely Set-Aside for SB or other socio-economic category
5)      UNRESTRICTED POOL AND POTENTIAL OCONUS SUB-POOLS: Highly Complex CONUS requirements or any OCONUS location.
a.       Unrestricted, but may include a Small Business Reserve
b.      Sub-Pools may be established for specific OCONUS Geographical Locations. (i.e. Wake Island, Diego Garcia, Lajes, Europe, Japan, Korea, Guam, Guantanamo Bay, etc)
 
For the Government to establish specialized pools and make set-aside determinations, all experienced Large and Small Business firms must provide sufficient written information in their responses to indicate their CAPACITY (extent of key personnel) with EXPERIENCE executing/managing the four different categories of DoD Fuels Construction and Repairs noted above. SB and LB firms should also respond to information requested regarding specific experience performing DoD POL Construction at OCONUS Locations.
 
RESPONSE TO SOURCES SOUGHT – DOD POL KEY PERSONNEL EXPERIENCE
 
Contractors experienced with DoD POL system construction and repairs are requested to provide the following information:
1)      Company name, Cage Code, DUNS, and Address.
2)      Point of contact and applicable telephone numbers and e-mail addresses;
3)      Any small business status for NAICS 237120 (Small Business, 8(a) Small Business, Service Disabled Veteran Owned Small Business, HUBZone, Woman-Owned Small Business).
4)      Provide a general summary/outline of your organization, to include your general experience performing DoD POL Construction, to include a general description of your firm’s PMs, Supers, and QCMs that have experience performing DoD POL construction and/or repair projects.
5)      Please provide any comments, feedback, and/or parameters for establishing the types of work that could potentially be set-aside for SB, as well as any comments on the anticipated Pools.
6)      Indicate your CAPACITY (extent of key personnel) with EXPERIENCE executing/managing assuming the key personnel experience by completing the information below. Reminder: As DoD POL systems are unique; please do not provide information on commercial fuels work performed.  Only provide information for Key Personnel employed by your firm – do not provide information for a teaming partner or major subcontractor that employs Key Personnel with DoD Fuels experience.
1)       
2)       
3)       
4)       
5)       
6)       
7)      As the Prime Contractor directly employing Key Personnel with DoD POL experience, (PMs, Supers, and on-site QCMs that have served in that role), please provide the following information in Attachment 1, Tab 1 Key Personnel:
a)      Provide the names of all PMs, Supers, and QCMs that have experience performing DoD POL construction and/or repair projects of the type and size below in paragraph 7b. For each key personnel, submit at LEAST TWO PROJECTS for each category to which they have experience (API tank, STI tank, Hydrant system, or Other DoD POL Infrastructure). For each key person, provide their role, name, current employer, project titles to demonstrate DoD POL construction/repair experience, to include the Project Title, Location, Customer, and the company the key person was employed by for the project, in Attachment 1, Tab 1, Columns A-E.
b)     Projects for API 653 Tank Repairs and Hydrant System Repairs are recommended to be at least $1M (but we recommend submission of higher-valued projects since the bulk of our construction and repairs for those systems are above that value and we need to understand your firms’ capabilities to manage projects of a larger magnitude).  Repairs/Construction must have been on-going or COMPLETED (Beneficial Occupancy Date (BOD) established or tank Returned to Operator (RTO)) within the last five years from the date this sources sought was posted. For each project, identify the dollar value, BOD, type of work completed, and brief project description in Attachment 1, Columns F-L, using the following guidelines
1.      Tank Repairs subject to API 653 (recommend projects of at least $1M in tank repairs).
2.      Tank Repairs subject to STI SP001 (submit projects of any size, but the larger, the better – note these must be repairs to ensure compliance with STI SP001 – NOT maintenance or service efforts required to meet environmental compliance).
3.      Hydrant System Repairs (recommend projects of at least $1M in tank repairs – note these must be infrastructure for JP/Jet-A type products to support military aircraft hydrant fueling systems – these must be repairs to Type 2, 3, 4, or 5 hydrant pumps, hydrant valves, hydrant pits, hydrant pump houses, hydrant filtration systems, hydrant distribution pipelines, and hydrant system controls and control centers.
4.      Other DoD POL Infrastructure Repairs (submit projects of any size, but the larger, the better). Note these must be infrastructure such as Refueler Parking Lot and Containment and Dikes (oil water separators, remote basins, joint sealant, etc), Fuels Operations Facilities, Fuels Labs, Metal Coatings systems subject to SSPC or NACE, Fuel Infrastructure Canopies, Cathodic Protection of Fuel Systems, Motor Control Centers, Emergency Fuel Shut Off Systems, etc.
                                    ii.       
c)      Ensure Attachment 1, Tab 1, Column L includes BRIEF project descriptions that provide a basic overview of the type of work performed and DoD POL systems repaired/constructed, to include compliance with UFC 3-460 and API/STI standards.
8)      Contractors who have experience with OCONUS DoD POL system construction and repairs are requested to provide the following information on Attachment 1, Tab 2 “OCONUS”:
a)      Ensure Attachment 1, Tab 2, Columns B-E includes SPECIFIC project location, DoD POL construction project title (ongoing or completed within the last five years), name of key personnel with experience with the specific project, and the key personnel role.
b)     Ensure Attachment 1, Tab 2, Columns F-I indicates the type of work performed on the project.
Request responses be provided no later than 8 JULY 2019 and forwarded to Katie Cockerill, Brindle Summers, and Elizabeth Wergin via e-mail: katie.cockerill@us.af.mil, brindle.summers@us.af.mil, and elizabeth.wergin@us.af.mil. Note that the Air Force’s email system does not accept files larger than 4MB.

Opportunity closing date
08 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFICA - CONUS United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?