DOCUMENT
(As of 130010NOV) Niagara Falls ARS Hydrant Fueling Project Industry Day 10NOV 2020 slides.pdf
OVERVIEW
Original Source
Contract Opportunity
Related Opportunity
Related Agency
Posted
Nov. 10, 2020
Type
.pdf
Size
2.45MB
Profiled People
DOCUMENT PREVIEW
EXTRACTED TEXT
VIRTUAL INDUSTRY DAY
NIAGARA FALLS AIR RESERVE STATION, NY
Presented By:
CPT Audrey Griffith- Project Manager
Glenn Moon -Contracting Specialist
Crystal Harbin Deputy of Small Business
10 November 2020 at 1300
The views, opinions and findings contained in this report are those of the
authors(s) and should not be construed as an official Department of the Army
position, policy or decision, unless so designated by other official documentation.
AGENDA
Introductions & Admin Announcements
Overview of Hydrant Fuel System Project
USACE Procurement Process
Small Business
Questions
INTRODUCTIONS & ADMINISTRATIVE
ANNOUNCEMENTS
Introductions state name, company, and role
All attendees will be in listen only mode
Use the chat feature for questions
No recording
This briefing and the attendee roster will be posted to System for
Award Management (SAM)
Please be advised that none of the information discussed today is
contractually-binding
PROJECT INFORMATION
o General Description: Currently, the Hydrant Fueling system contains two POL facilities which are connected by a bulk transfer
line. One POL facility is in the 914th Air Refueling Wing (most of the off-loading and bulk storage is in this area) and the second
POL facility is in the 107th Attach Wing. Due to a change in primary mission set in 2005 to present, the hydrant fueling system
was not maintained. In 2017, a construction contract was awarded to complete repairs but was terminated after it was
discovered that New York State Department of Environmental Conservation (NYSDEC) required the replacement of the entire
underground pipeline. AE was responsible for identifying the components not repaired during the 2017 construction contract.
o Scope: Repair an existing hydrant fueling system and provide a serviceable, defect-free transfer line between jet fuel bulk
storage areas to provide necessary jet fuel storage capability for KC-135 operations. Replace the existing underground bulk
transfer line and underground hydrant fuel line and provide cathodic protection system for the piping system. Existing apron
fuel pits will be demolished and relocated, existing tanks will be repaired, and existing pumphouse will be repaired.
o Acquisition Strategy: Design Bid Build
Unrestricted Procurement
o Est. Construction Duration: 560 Days
o Executing District: Louisville
o Construction Management District: New York
NIAGARA FALLS AIR RESERVE STATION
NIAGARA FALLS- HYDRANT FUELING PROJECT
Hydrant Pumphouse
Bulk Storage
FILL STAND/PUMPHOUSE AREA
Fill Stand
o Pumphouse
o Demolish existing 2,000-gallon underground product recovery tank and
replace with a new aboveground tank.
Install bollards, stainless steel basket strainers, seal cracks/joints
Tank 2524
Tank 2523
Pump
House
Fill Stand
o A government furnished pump control panel will be installed
o New Emergency Fuel Shut off pushbutton, fuel receipt station (offload),
issue station (fill stand) and hydrant loop control devices.
o Existing pumphouse exterior paneling removed and replaced with
government furnished siding
o Existing roof and canopy will be removed and replaced
o Pumphouse man doors and overhead doors will be removed and
replaced
o Distribution lines:
o HVAC in pumphouse will be removed and replaced
o Demolish the existing underground lines (1,740 LF) and replace with new
10 carbon steel pipes
o Storage Tanks 2524 & 2523:
o Spot coating
o New thermal relief valve and piping
o Update high level control valve with a high-level float
o Complete removal of existing Aqueous Film Forming Foam (AFFF) piping
from tank to containment area
o New sump separator, tank water draw-off system
o Refueler truck parking
o Saw cutting to replace sections of spalled concrete and sealing cracks
and joints with jet fuel resistant sealant
Truck loading/offloading concrete pavement
o Repair and reseal concrete with jet fuel resistant sealant
TRANSFER PIPELINE AND HYDRANT LOOP
Transfer pipeline
Hydrant Loop
Transfer Pipeline
o Demolish approximately 5,025 LF of aircraft fuel transfer line and replace with new 6
carbon steel pipe including cathodic protection
o Repair all asphalt and concrete pavements damaged due to the replacement of the fuel
o Replace five low point drains (LPD)
o Installation of a new third-party certified tightness testing and leak detection system
Hydrant Loop
o Demolish approximately 2,250 LF of existing underground hydrant loop and replace with
a 10 carbon steel issue and return line
o Replace three LPDs in the hydrant loop piping
o Installation of a new third-party certified tightness testing and leak detection system
AIRFIELD HYDRANT PIT AND
LOW POINT DRAIN PITS
Hydrant Pits x5
o Remove and replace five existing fuel pits and one
new isolation valve pit
o New Striping
o Repair and replace concrete pavement in-kind
BULK TANK AREA
Tank 2513
o Repair approximately 50 LF of
joints and approximately 50 LF of
concrete cracking
Tank 2515
o Repair approximately 100 LF of
joints and approximately 120 LF of
concrete cracking
Tank
Tank
ANTICIPATED OPTIONS
Add a sixth hydrant outlet pit on the airfield apron
POL Contaminated Soils
POL Contaminated Water
HAZMAT Contaminated Soils
HAZMAT Contaminated Waters
PROCUREMENT SCHEDULE
DATES ARE APPROXIMATE AND SUBJECT TO CHANGE
ISSUE SOLICITATION
NOV 2020
SOLICITATION CLOSES
JAN 2021
EVALUATION BOARD
AWARD
BEGIN CONSTRUCTION
JAN 2021
FEB 2021
APR 2021
PROCUREMENT PROCESS
Glenn Moon - Contracting Officer
Louisville District
Office Phone: 502-315-6177
Email: Glenn.W.Moon@usace.army.mil
HOW TO OBTAIN THE SOLICITATION
Beta.SAM www.beta.sam.gov
Solicitation Numbers will begin with W912QR
Interested vendors list
Register to receive notifications and updates / amendments
RFP technical information will be posted on www.beta.sam.gov
OBTAINING THE ISSUE DOCUMENTS
Requirements to download Technical Data Package:
1) Need to be registered in www.beta.sam.gov
Any amendments issued to the RFP will also be posted on www.beta.sam.gov
Pre-Solicitation Notice will be posted on www.beta.sam.gov at least 15 days
prior to the initial issuance of the Solicitation package
Advertisement minimum 30 days to prepare proposals
THE PROCUREMENT PROCESS
This project will be Design-Bid-Build (D-B-B) Request for Proposals (RFP).
Project award will be made on a Best Value Trade-off basis as described in
the evaluation criteria.
Proposals must be submitted on time. Proposal submission will be electronic
via DOD Safe. You will be required to request a drop-off link within 5 business
days of the proposal due date. The time & date of proposal receipt will be the
upload completion / delivery time & date recorded within DOD SAFE site. Do
not assume that electronic submission will occur instantaneously. The
Louisville District is in the Eastern time zone.
The Source Selection Evaluation Board (SSEB) will evaluate contractors
proposals based on specific factors which are defined in the RFP Package.
PROPOSAL REQUIREMENTS
Potential Source Selection Criteria:
1) Past Performance Evaluation
2) Technical Evaluation
Management Plan
Schedule Narrative
3) Small Business Participation Plan
Renovation projects of at least 5,000 Linear Feet of new or replaced underground fuel
line piping that have been completed by the Prime within the last 5 years
Projects that included retrofitting existing fuel pumping facilites
4) Pro-Forma Evaluation (Price, JV agreements, Bonding, Subcontracting
Plan, etc.)
Submit your best proposal the 1st time. If we receive an initial proposal that is
awardable, discussions may not be opened.
PROPOSAL REQUIREMENTS (cont.)
Instructions for submitting a Request for Information (RFI) will be included in
the Solicitation.
RFIs for this project will be received and answered through the ProjNet
system
Any RFIs submitted directly to the project team will not receive a response,
and will be directed to the ProjNet system.
This project will have a Projnet Bidders Key and instructions included in
the solicitation.
SMALL BUSINESS
Crystal Harbin, Deputy for Small Business
Louisville District
Email: SBO-LRL@usace.army.mil
VIRTUAL INDUSTRY DAY
Although we are not meeting face-to-face, networking is an important part of
preparing for the upcoming project. If youd like to be included on the sign-in
sheet for this Industry Day, please email the following to Glenn Moon no later
than 13 November 2020.
Company Name
POC Name, Email, Phone
Are you interested in being the Prime or Subcontractor
If youre interested in being a subcontractor, state the type of work you are
interested (Electrical, Mechanical, Roofing, etc.)
The sign-in sheet will be posted to the www.beta.SAM.gov notice on 13
November 2020. Please be sure to use this information to network with other
firms and build your team.
SMALL BUSINESS PARTICIPATION PLAN AND
SUBCONTRACTING PLAN
The Small Business Participation Plan is a rated evaluation factor in all
unrestricted procurements
Both large and small business offerors must submit a participation plan
The participation plan is based on total contract value
Large Business offerors must submit a Small Business Subcontracting Plan
Mandated by FAR 19.702
This is not a rated element as a part of the Source Selection process but
the offeror shall submit an acceptable plan prior to award
The subcontracting plan is based on total subcontracted dollars
Failure to comply in good faith is in material breach of the contract
ADDITIONAL OPPORTUNITIES
Contracting opportunities are posted in the System for Award Management (SAM)
website at www.beta.SAM.gov. Use W912QR to search for Louisville District projects.
NIAGARA FALLS AIR RESERVE STATION, NY
Presented By:
CPT Audrey Griffith- Project Manager
Glenn Moon -Contracting Specialist
Crystal Harbin Deputy of Small Business
10 November 2020 at 1300
The views, opinions and findings contained in this report are those of the
authors(s) and should not be construed as an official Department of the Army
position, policy or decision, unless so designated by other official documentation.
AGENDA
Introductions & Admin Announcements
Overview of Hydrant Fuel System Project
USACE Procurement Process
Small Business
Questions
INTRODUCTIONS & ADMINISTRATIVE
ANNOUNCEMENTS
Introductions state name, company, and role
All attendees will be in listen only mode
Use the chat feature for questions
No recording
This briefing and the attendee roster will be posted to System for
Award Management (SAM)
Please be advised that none of the information discussed today is
contractually-binding
PROJECT INFORMATION
o General Description: Currently, the Hydrant Fueling system contains two POL facilities which are connected by a bulk transfer
line. One POL facility is in the 914th Air Refueling Wing (most of the off-loading and bulk storage is in this area) and the second
POL facility is in the 107th Attach Wing. Due to a change in primary mission set in 2005 to present, the hydrant fueling system
was not maintained. In 2017, a construction contract was awarded to complete repairs but was terminated after it was
discovered that New York State Department of Environmental Conservation (NYSDEC) required the replacement of the entire
underground pipeline. AE was responsible for identifying the components not repaired during the 2017 construction contract.
o Scope: Repair an existing hydrant fueling system and provide a serviceable, defect-free transfer line between jet fuel bulk
storage areas to provide necessary jet fuel storage capability for KC-135 operations. Replace the existing underground bulk
transfer line and underground hydrant fuel line and provide cathodic protection system for the piping system. Existing apron
fuel pits will be demolished and relocated, existing tanks will be repaired, and existing pumphouse will be repaired.
o Acquisition Strategy: Design Bid Build
Unrestricted Procurement
o Est. Construction Duration: 560 Days
o Executing District: Louisville
o Construction Management District: New York
NIAGARA FALLS AIR RESERVE STATION
NIAGARA FALLS- HYDRANT FUELING PROJECT
Hydrant Pumphouse
Bulk Storage
FILL STAND/PUMPHOUSE AREA
Fill Stand
o Pumphouse
o Demolish existing 2,000-gallon underground product recovery tank and
replace with a new aboveground tank.
Install bollards, stainless steel basket strainers, seal cracks/joints
Tank 2524
Tank 2523
Pump
House
Fill Stand
o A government furnished pump control panel will be installed
o New Emergency Fuel Shut off pushbutton, fuel receipt station (offload),
issue station (fill stand) and hydrant loop control devices.
o Existing pumphouse exterior paneling removed and replaced with
government furnished siding
o Existing roof and canopy will be removed and replaced
o Pumphouse man doors and overhead doors will be removed and
replaced
o Distribution lines:
o HVAC in pumphouse will be removed and replaced
o Demolish the existing underground lines (1,740 LF) and replace with new
10 carbon steel pipes
o Storage Tanks 2524 & 2523:
o Spot coating
o New thermal relief valve and piping
o Update high level control valve with a high-level float
o Complete removal of existing Aqueous Film Forming Foam (AFFF) piping
from tank to containment area
o New sump separator, tank water draw-off system
o Refueler truck parking
o Saw cutting to replace sections of spalled concrete and sealing cracks
and joints with jet fuel resistant sealant
Truck loading/offloading concrete pavement
o Repair and reseal concrete with jet fuel resistant sealant
TRANSFER PIPELINE AND HYDRANT LOOP
Transfer pipeline
Hydrant Loop
Transfer Pipeline
o Demolish approximately 5,025 LF of aircraft fuel transfer line and replace with new 6
carbon steel pipe including cathodic protection
o Repair all asphalt and concrete pavements damaged due to the replacement of the fuel
o Replace five low point drains (LPD)
o Installation of a new third-party certified tightness testing and leak detection system
Hydrant Loop
o Demolish approximately 2,250 LF of existing underground hydrant loop and replace with
a 10 carbon steel issue and return line
o Replace three LPDs in the hydrant loop piping
o Installation of a new third-party certified tightness testing and leak detection system
AIRFIELD HYDRANT PIT AND
LOW POINT DRAIN PITS
Hydrant Pits x5
o Remove and replace five existing fuel pits and one
new isolation valve pit
o New Striping
o Repair and replace concrete pavement in-kind
BULK TANK AREA
Tank 2513
o Repair approximately 50 LF of
joints and approximately 50 LF of
concrete cracking
Tank 2515
o Repair approximately 100 LF of
joints and approximately 120 LF of
concrete cracking
Tank
Tank
ANTICIPATED OPTIONS
Add a sixth hydrant outlet pit on the airfield apron
POL Contaminated Soils
POL Contaminated Water
HAZMAT Contaminated Soils
HAZMAT Contaminated Waters
PROCUREMENT SCHEDULE
DATES ARE APPROXIMATE AND SUBJECT TO CHANGE
ISSUE SOLICITATION
NOV 2020
SOLICITATION CLOSES
JAN 2021
EVALUATION BOARD
AWARD
BEGIN CONSTRUCTION
JAN 2021
FEB 2021
APR 2021
PROCUREMENT PROCESS
Glenn Moon - Contracting Officer
Louisville District
Office Phone: 502-315-6177
Email: Glenn.W.Moon@usace.army.mil
HOW TO OBTAIN THE SOLICITATION
Beta.SAM www.beta.sam.gov
Solicitation Numbers will begin with W912QR
Interested vendors list
Register to receive notifications and updates / amendments
RFP technical information will be posted on www.beta.sam.gov
OBTAINING THE ISSUE DOCUMENTS
Requirements to download Technical Data Package:
1) Need to be registered in www.beta.sam.gov
Any amendments issued to the RFP will also be posted on www.beta.sam.gov
Pre-Solicitation Notice will be posted on www.beta.sam.gov at least 15 days
prior to the initial issuance of the Solicitation package
Advertisement minimum 30 days to prepare proposals
THE PROCUREMENT PROCESS
This project will be Design-Bid-Build (D-B-B) Request for Proposals (RFP).
Project award will be made on a Best Value Trade-off basis as described in
the evaluation criteria.
Proposals must be submitted on time. Proposal submission will be electronic
via DOD Safe. You will be required to request a drop-off link within 5 business
days of the proposal due date. The time & date of proposal receipt will be the
upload completion / delivery time & date recorded within DOD SAFE site. Do
not assume that electronic submission will occur instantaneously. The
Louisville District is in the Eastern time zone.
The Source Selection Evaluation Board (SSEB) will evaluate contractors
proposals based on specific factors which are defined in the RFP Package.
PROPOSAL REQUIREMENTS
Potential Source Selection Criteria:
1) Past Performance Evaluation
2) Technical Evaluation
Management Plan
Schedule Narrative
3) Small Business Participation Plan
Renovation projects of at least 5,000 Linear Feet of new or replaced underground fuel
line piping that have been completed by the Prime within the last 5 years
Projects that included retrofitting existing fuel pumping facilites
4) Pro-Forma Evaluation (Price, JV agreements, Bonding, Subcontracting
Plan, etc.)
Submit your best proposal the 1st time. If we receive an initial proposal that is
awardable, discussions may not be opened.
PROPOSAL REQUIREMENTS (cont.)
Instructions for submitting a Request for Information (RFI) will be included in
the Solicitation.
RFIs for this project will be received and answered through the ProjNet
system
Any RFIs submitted directly to the project team will not receive a response,
and will be directed to the ProjNet system.
This project will have a Projnet Bidders Key and instructions included in
the solicitation.
SMALL BUSINESS
Crystal Harbin, Deputy for Small Business
Louisville District
Email: SBO-LRL@usace.army.mil
VIRTUAL INDUSTRY DAY
Although we are not meeting face-to-face, networking is an important part of
preparing for the upcoming project. If youd like to be included on the sign-in
sheet for this Industry Day, please email the following to Glenn Moon no later
than 13 November 2020.
Company Name
POC Name, Email, Phone
Are you interested in being the Prime or Subcontractor
If youre interested in being a subcontractor, state the type of work you are
interested (Electrical, Mechanical, Roofing, etc.)
The sign-in sheet will be posted to the www.beta.SAM.gov notice on 13
November 2020. Please be sure to use this information to network with other
firms and build your team.
SMALL BUSINESS PARTICIPATION PLAN AND
SUBCONTRACTING PLAN
The Small Business Participation Plan is a rated evaluation factor in all
unrestricted procurements
Both large and small business offerors must submit a participation plan
The participation plan is based on total contract value
Large Business offerors must submit a Small Business Subcontracting Plan
Mandated by FAR 19.702
This is not a rated element as a part of the Source Selection process but
the offeror shall submit an acceptable plan prior to award
The subcontracting plan is based on total subcontracted dollars
Failure to comply in good faith is in material breach of the contract
ADDITIONAL OPPORTUNITIES
Contracting opportunities are posted in the System for Award Management (SAM)
website at www.beta.SAM.gov. Use W912QR to search for Louisville District projects.
Show All