FBO Notice Date 11/06/19
BIDS Reference Number 161
Document Type: Presolicitation
Construction Of Structures And Facilities

Department of the Army, National Guard Bureau, USPFO WV 167 MSC, 25405-7704

Y -- 130AW Above Ground Fuel Storage Tank SOL W912L820B0001John M. Knabenshue, Contract Specialist, Phone 3044735209, Email john.m.knabenshue2.civ@mail.mil - Robert A. Barker, Base Contracting Officer, Phone 3043416292, Email robert.a.barker10.mil@mail.milDocument Type: Pre-Solicitation Notice
Classification Code Y-Construction of Structures and facilities
Set Aside: Small Business
NAICS Code: 237120- Oil and Gas Pipeline and Related Structures Construction

The USPFO for West Virginia intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct an above ground horizontal jet fuel storage tank thatis intended to replace the two existing 50,000 gallon underground jet fuel storage tanks. The project will include connecting the new tank to the existing piping system for product receipt and issue. This construction project is located atthe 130AW at Yeager Air National Guard Base in Charleston, WV.

The contract duration is 180 days after NTP. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 237120, with a size standard of
$36,500,000.00. The magnitude is between $500,000 and $1,000,000.

Your attention is directed to FAR Clause 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concernwill perform at least 15 percent of the cost of the contract, not including thecost of materials, with its own employees". The tentative date for issuing the solicitation is on-or-about 21 November 2019. The tentative date for the pre-bidconference is on-or-about 10 December 2019, 9:00AM local time, location will bein solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 9 December 2019 via email to ng.wv.wvarng.list.uspfo-p-c-construction-a-e@mail.mil.

The bid opening date is scheduled for on-or about 3 January 2020. Actual dates and times will be identified in the solicitation. Interested offerors must beregistered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updatesto this process: https://www.gsa.gov/samupdate.

The solicitation and associated information and the plans and specificationswill be available only from the Federal Business Opportunities (FedBizOpps) website on-line at www.fbo.gov. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system.(Please note the registration for access to the secure site takes approximately15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guidefor instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give themaccess to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN.
Bidders/offerors cannotlog into the FedBizOpps home page and search for data.

DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to www.fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites areoccasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is
Charleston, WV.

CITE: https://www.fbo.gov/notices/47ef6fc990339aa1bc279539ef197661

SET-ASIDE: Total Small Business