Fuels Design-Build (DB) / Design-Bid-Build (DBB) Construction (Соединенные Штаты Америки - Тендер #53807565) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 53807565 Дата публикации: 08-05-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Please see attached Sources Sought Questionaire for submission.
Purpose: By the way of this Market Survey/Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable firms that are engaged in providing the services
described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements; therefore, this Notice does not constitute a Request for Proposal (RFP),
Quotation or Bid; it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION
OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or
administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding partys expense. At this time, proprietary
information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. Intent: The U.S. Army Corps of
Engineers (USACE), Omaha District (NWO) intends to pursue two (2)awards of Petroleum, Oils, and Lubricants (POL) Facilities Infrastructure, Design-Build /Design-Bid-Build Construction,
Multiple Award Task Order Contracts (MATOCs) for the DefenseLogistics Agency (DLA) and other customers, located at facilities within the Continental UnitedStates (CONUS), Alaska,
Hawaii, and outlying areas. Per FAR part 2, "outlying areas" is definedas (1) Commonwealths (Puerto Rico; The Northern Mariana Islands); (2) Territories (AmericanSamoa; Guam; U.S.
Virgin Islands); and (3) Minor outlying islands (Baker Island, Howland Island,Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, andWake
Atoll).The governments intent is to select competent contractors that can reliably provide high-quality fuels infrastructure projects meeting stringent Department of Defense (DoD)
requirements as specified in the Unified Facilities Guide Specifications (UFGS). Work anticipated under these MATOCs primarily includes, but is not limited to: replacement of aging fuel
infrastructure and/or components, repair of storage tanks and containment areas, POL system upgrades and maintenance (modernization), facility demolition, construction of fuels support
facilities, regulatory compliance, and design to support the construction work projects. Construction work will be completed in compliance with all state and federal regulations and
USACE guidance. In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the anticipated magnitude of task orders is between $250,000.00 and $10,000,000.00,
with an anticipated average task order amount of $2,500,000.00. The North American Industry Classification System code for this procurement is 237120 - Oil and Gas Pipeline and Related
Structures Construction, which has a small business size standard of $45,000,000.00.
Small businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that for general construction, they will not pay more than 85 percent of the amount paid by the
Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further
subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded.The capability and capacity statement package must demonstrate and address:-Provide information
for no more than three (3) of the most recent contracts your firm hasperformed within the last seven (7) years. Contracts must be same or similar to the work describedin this
announcement. Include a reference for each contract (name, address, telephone number,and e-mail address). Experience should include magnitude, scope, and complexity of projectsperformed
within the last three years including; Contract number, organization supported, scope ofwork, whether the offeror was a prime contractor or subcontractor, contract value, Government
pointof contact with a current telephone number, and a brief description of how the contract referencedrelates to the services described herein. Also, provide a brief description of the
work performed,role of the contractor to include whether the work was self-performed, contract number, totalcontract value, and period of performance.