The RFP Database
New business relationships start here

FY 18 HYDRAZINE FUEL STORAGE AND SERVICING FACILITY


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Project Description:
Construct an adequately sized and configured facility for storage and servicing hydrazine, H-70. Facility will include reinforced concrete foundation and floor slab, structural steel frame, masonry exterior walls, standing seam metal roof, utilities, fire detection and protection, pavements, site improvements, secured chain link fence, communication support, and all other work necessary to provide a complete and usable hydrazine storage and servicing facility. Include secondary containment, shower/bathroom, mechanical room, specialized filtration and air compressor for breathing, leak detection systems, work/office space, and access for forklift or fork truck. Work will include site drainage improvements, vehicle access, curb and gutter, markings, exterior lighting, hazardous material storage pad, and 11,000 gallon vaulted storage tank. This project will incorporate U.S. Air Force and ACC green/sustainable design criteria. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities (UFC) 1-200-01, General Building Requirements, UFC 3-460-01.

Design: Petroleum Facilities, DoD Handbook, Petroleum Fuel Facilities, Chapter 10.4, Hydrazine Storage and Servicing Facilities, and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD Anti-Terrorism/Force Protection requirements per UFC 4-010-01.


In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $1,000,000.00 to $5,000,000.00. Estimated duration of the project is 365 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y1GD -- Construction of Open storage facilities.


Estimated duration of the project is 365 days.


THIS PROJECT WILL BE A SET ASIDE FOR 8(a) SMALL BUSINESSES IN REGION IX (AZ, CA, NV).    

8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement.


THIS IS A BEST VALUE LOWEST PRICE TECHNICALLY ACCEPTABLE. The procurement method used will be 1-step best value lowest price technically acceptable. Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. Those offers that are determined to be Technically Acceptable will then be evaluated based on the lowest price submitted.

The solicitation will be available on or about 04 MARCH 2019 with submittals due on or about 03 APRIL 2019. Solicitation W912PL19R0015 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov).


THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USEOF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment.


IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.


Dominic M. Pebenito, Contract Specialist, Phone 2134523243, Email Dominic.M.Pebenito@usace.army.mil - Christina M. Chavez, Contract Specialist, Phone 2134523246, Email christina.chavez@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP