Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2006 FBO #1620
SOURCES SOUGHT

Z -- R01-99 NORTH SEAWALL REPAIRS, NAVAL AIR STATION, CORPUS CHRISTI, TEXAS

Notice Date
5/2/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-06-R-0109
 
Response Due
5/25/2006
 
Archive Date
6/9/2006
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-06-R-0109. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: Service Disabled Veteran Owned Small Business-first priority, 8a firms-second priority, and HubZone small business firms-third priority, to participate in a two-phase design and build solicitation for R01-99 North Seawall Repairs Phase 2 in NAS Corpus Christi, Texas. The 2002 NAICS Code for the proposed acquisition is 237990, Seawall, wave protection, construction, and the small business size standard is $31 Mil. Federal Supply Code is Z249, Maintenance, Repair, and Alterations of Other Utilities. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions to solicit this project as either a competitive Service Disabled Veteran Owned, 8a or HubZone Small Business or Unrestricted. The proposed acquisition will be a two-phase design-build solicitation. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to a maximum of five offerors, design-build firms or teams, based on design-build factors. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the project. The proposed project will consist of all design and construction work necessary to repair 4,285 LF of tied-back concrete-capped sheet pile seawall at NAS Corpus Christi using the super-jet grout method of ground improvement. The contractor will stabilize and prolong the usable life of the seawall by providing overlapping super-jet grout columns approximately 10? in diameter and 12? deep along the length of the seawall. The Contractor will be required to provide a boom on the outboard side of the seawall to contain byproducts of construction and will be required to remove and properly dispose of such byproducts. The contractor will demolish portions of the existing reinforced concrete apron behind the seawall as necessary to provide ground improvements and will replace the apron with new reinforced concrete. The contractor will daily clean and properly dispose of excess soil-cement that accumulates as a result of the jet grout process. Work may also include repairs to the outboard face of the existing seawall?s concrete encasement, including removal of deteriorated concrete, cleaning and replacement deteriorated rebar, and the application of new concrete. The estimated cost of this acquisition is between $3,068,000 and $3,749,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar design/build work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government design and construction experience with Design/Build within the last 3 calendar years, for projects of similar size, scope, and complexity as a $4M Design/Build Seawall Repair Project. 2. Recent and relevant design and construction experience repairing similar type seawalls using the super-jet grout technique. 3. Include proof of bonding capacity in excess of $4M. 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran, 8a, or HubZone firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Kevin Logan at kevin.logan@navymil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Kevin Logan, Code OPT2ACQKL, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received by this office no later than May 25, 2006 by 3 pm, EST.
 
Place of Performance
Address: Naval Air Station Corpus Christi, Texas
Country: United States
 
Record
SN01039366-W 20060504/060502221133 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.