FCI Schuylkill, Install Above Ground Storage Tanks (№7644837)

23 apr

Number: 7644837

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


23-04-2018

Description


FCI Schuylkill, Install Above Ground Storage TanksSolicitation Number: 15B21318B00000001
Agency: Department of Justice
Office: Bureau of Prisons
Location: Southeast Regional Office

Solicitation Number: 15B21318B00000001

Notice Type: Award

Contract Award Date: April 23, 2018

Contract Award Number: 15B21318CT5E10001

Contract Award Dollar Amount: $839371.66

Contractor Awarded Name: Petroleum Technical Services, LLC

Contractor Awarded DUNS: 176236842

Contractor Awarded Address: 1078 Newcastle Road
Prospect, Pennsylvania 16052
United States

Synopsis: Added: Dec 13, 2017 2:38 pm Modified: Feb 23, 2018 10:20 am

Track Changes THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION.


The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15B21318B00000001 for the award of a firm-fixed-price construction contract for a project entitled Install Above Ground Storage Tanks at the Federal Correctional Institution (FCI Schuylkill) located in Minersville, Pennsylvania.


FCI Schuylkill is a federal correctional facility located at Route 901 and Interstate 81 in Minersville, Pennsylvania 17954. The work to be performed in association with this project is the installation of four (4) new above ground fuel storage tanks (two 10000 gallon fuel oil storage tanks; one 2000 gallon diesel fuel storage tank; and one 6000 gallon unleaded gas storage tank). The existing underground storage tanks shall remain in place.


Two (2) 10000 gallon fuel oil storage tanks
The contractor shall install two (2) new 10000 gallon above ground fuel oil storage tanks to supply the existing emergency generator and three boilers. In addition to the new tanks, the existing generator day tank and associated piping will be replaced with a new 100-gallon packaged day tank system with suction supply pump, emergency return pump and controller. The new day tank system will tie into existing supply and return piping to the generator. For the boilers, the existing transfer pumps and associated piping will be replaced with new packaged duplex pump set with controller. The new pump system will tie into existing fuel oil supply piping to boilers. Existing fuel oil return piping from boilers will tie into new piping at the new aboveground tanks.


One (1) 2000 gallon diesel tank and one (1) 6000 unleaded gas tank
In addition, the contractor shall install one (1) 2000 gallon diesel free standing fuel storage tank and one (1) 6000 gallon unleaded gas free standing fuel storage tank. Along with those two tanks, the contractor must install a new vehicle fuel dispenser system and a new fuel management/tracking system.


The contractor shall be certified by the Pennsylvania Department of Environmental Protection to complete all aspects of the construction and must obtain all necessary registration, permitting, and inspections for required installations. Only DEP certified storage tank installers and/or inspectors may install, modify, remove, or inspect storage tanks in the state of Pennsylvania. For the complete requirements of the project, see the statement of work, specifications, and drawings included as attachments to the solicitation posting (to be issued at a later date as described herein).


Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $500000 and $1000000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The North American Industrial Classification System (NAICS) code applicable to this requirement is 237120 with a corresponding small business size standard of $36.5 million. The period of performance for this project has been established as 365 calendar days from receipt of the Notice to Proceed. The North American Industrial Classification System (NAICS) code applicable to this requirement is 237120 with a corresponding small business size standard of $36.5 million. This is a 100% total small business set-aside. All responsible small business sources are encouraged to submit a bid which will be considered for award. Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.

IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each bidder"s SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their SAM registration and update as necessary, including the size metrics information.


The solicitation will be distributed solely through the General Services Administration"s Federal Business Opportunities web site www.fbo.gov. Hard copies of the solicitation will not be made available. This site provides all downloading instructions to obtain a copy of the solicitation. The "Sensitive/Secure Package Upload" option will be selected for the procurement. The secure/locked documents uploaded with the solicitation will require an active FBO vendor registration to obtain access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this acquisition, including solicitation amendments, will be distributed solely through the referenced web-site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.


The solicitation will be available on or about January 4, 2018 with an anticipated bid package opening date of March 7, 2018 at 1:00 p.m. (local Eastern Time). The bid package opening will be conducted in the front lobby of the Southeast Regional Office located at 3800 Camp Creek Parkway, SW, Building 2000, Atlanta, Georgia 30331.



Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Sensitive/Secure Package: Yes

Posted Date: January 4, 2018

Login Required

Site Visit Meeting Minutes Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Site Visit Meeting Minutes

Posted Date: January 18, 2018



site_visit_minutes.pdf (288.55 Kb) Description: Site Visit Meeting Minutes

Amendment 1 Type: Mod/Amendment

Posted Date: January 23, 2018



Amendment_0001.pdf (123.73 Kb) Description: Amendment 0001

Amendment 2 Type: Mod/Amendment

Posted Date: February 2, 2018



Amendment_0002.pdf (16.05 Kb) Description: Amendment 0002

Questions and Answers Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Questions and Answers

Posted Date: February 5, 2018



Questions_and_Answers.pdf (1057.73 Kb) Description: Questions and Answers

Amendment 3 Sensitive/Secure Package: Yes

Posted Date: February 7, 2018

Login Required

Amendment 4 Type: Mod/Amendment

Posted Date: February 13, 2018



Amendment_0004.pdf (16.89 Kb) Description: Amendment 0004

Amendment 5 Type: Mod/Amendment

Posted Date: February 23, 2018



Amendment_0005.pdf (395.29 Kb) Description: Amendment 0005

Bid Results Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Bid Results

Posted Date: March 7, 2018



Bid_Results.pdf (11.01 Kb) Description: Bid Results



Contracting Office Address: 3800 Camp Creek Parkway, SW
Building 2000
Atlanta, Georgia 30331-6226


Place of Performance: FCI Schuylkill
Route 901 & Interstate 81
Minersville, Pennsylvania 17954
United States


Primary Point of Contact.: Bobby J. Addison

[email protected] Phone: (678) 686-1414 Fax: (678) 686-1259