United States - Indefinite delivery petroleum< oils and lubrication (pol) architect-engineer contract, primarily various locations, Alaska w911kb20r0010

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
19 November 2019
Opportunity publication date
05 November 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Nov 04, 2019 4:10 pm

INDEFINITE DELIVERY PETROLEUM, OILS, and LUBRICANTS (POL) ARCHITECT-ENGINEER CONTRACT, PRIMARILY VARIOUS LOCATIONS, ALASKA

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work:
The AE(s) selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. This will be an Architect-Engineer Indefinitely Delivery-Indefinite Quantity (ID-AE) contract for Petroleum, Oil, and Lubricant (POL) Facilities Design. Typical types of services to be provided includes inspection, maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, POL support facilities, and infrastructure. Projects may include design of new POL related facilities. Additionally, primary capability in POL design and engineering and awareness of or capability of acquiring knowledge of design requirements and procedures set forth by the DEFENSE LOGISTICS AGENCY - DEFENSE ENERGY SUPPORT CENTER (DESC) SUSTAINMENT, RESTORATION AND MODERNIZATION (SRM) PROGRAM. Renovations might include, fire protection upgrades (AFFF), fuel containment, transport, delivery, storage, and dispensing systems as well as conversion fuel type. Services incidental to the overall project may also require API 653 tank inspection, piping system evaluation in accordance with API 570, pipe stress analysis, hydraulic and dynamic transient surge analysis, pressure testing, and internal pipeline inspection services. Projects may include but not limited be limited to, above and below ground storage tanks, hydrant systems, fuel distribution pump houses, truck fill stands, piping valves, trenching, primary and secondary spill containment, SCADA systems, and pipeline/tank leak detection systems. Design of utilidors, fire detection and fire protection systems, mechanical and electrical systems, and communication systems may be required but are incidental to POL design. AE may be required to provide master planning services such as: facility master planning for various federal customers such as Army and Air Force, Installation and Real Property Master Planning, facility allowance analysis, economic and market analysis, preparation of Installation Design Guides, MILCON DD Form 1391 development and other programming level analysis. The AE and their subcontractors must have experience in cold regions design. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. The AE may be required to participate in programming, value engineering studies, design Charrettes and project review conferences; participation may include facilitation, VE Study team, etc.
The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, and the related small business size standard is $16.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 19 November 2019, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (Nasif), PO Box 6898, JBER, AK 99506-0898 or via email to george.g.nasif@usace.army.mil and theresa.m.afrank@usace.army.mil.
Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information:
(1) Business name, address and business size under NAICS 541330
(2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc)
(3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.

Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/

Opportunity closing date
19 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Alaska 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?