Alaska Bids > Bid Detail

JBE081 F-22 Fuel Dispensing System

Agency:
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159116095247649
Posted Date: Dec 7, 2023
Due Date: Dec 27, 2023
Source: https://sam.gov/opp/d82a024dd5...
Follow
JBE081 F-22 Fuel Dispensing System
Active
Contract Opportunity
Notice ID
W911KB25R0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Dec 07, 2023 09:37 am AKST
  • Original Response Date: Dec 27, 2023 02:00 pm AKST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237120 - Oil and Gas Pipeline and Related Structures Construction
  • Place of Performance:
    Anchorage , AK
    USA
Description

F-22 Fuel Dispensing System, JBER, ALASKA (JBE081)



THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy for an FY25 Design Bid Build Construction Project. 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 selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to replace the fuel infrastructure for F-22 aircraft to ensure readiness to support Global Strike Task Force and to project overall air dominance. This project includes planning documentation for a new JP-8 Tank Farm #6 that consists of two 5,000-Battel (210,000 gallon) above ground fuel storage tanks, pumphouse, 4 position truck fill stand, 2 position truck offload stand, and a connection to the existing transfer pipeline to Tank Farm #5. The system is in need of replacement as it has well exceeded the expected service life for aircraft refueling systems. The concrete structure is starting to fall apart causing a hazard to personnel operating the system while in the structure. Fuel tanks 49 and 50 (located partially under the structure) require extensive coating repairs every five years that result in extensive out of service time. During these out-of-service times the facility impacts mission fuel supply needs and adds additional refilling requirements. The current fuel system only has four tanks (187,000 gallons) that is reduced to two tanks during repairs, resulting in multiple resupplies of the tanks daily to continue supplying fuel for aircraft. Additionally, this facility lacks inbound/receipt filtration as required by UFC 3-460-01. The estimated dollar magnitude of this project is anticipated between $25,000,000 and $100,000,000.



THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL.



The applicable North American Industry Classification System (NAICS) code is 237120. The small business size standard for this NAICS Code is $45 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 27 December 2023, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Afrank), PO Box 6898, JBER, AK 99506-0898 or via email to Theresa.m.afrank@usace.army.mil and Katherine.green@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, CAGE Code or UEI number, and business size under NAICS 237120.



(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 (5) 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.



(4) Provide firm’s single project and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work.



(5) Provide information on any teaming arrangement that may be formed for performance of this project.



(6) Indicate firm’s intent to submit a proposal on the subject acquisition when advertised.



Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered qualified for purposes of determining the Government’s acquisition strategy. 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://sam.gov/SAM/.




Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2023 09:37 am AKSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >