Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2009 FBO #2944
SOURCES SOUGHT

Z -- REPLACE UTILITIES AROUND DRY DOCK #2

Notice Date
12/14/2009
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008510R5611
 
Response Due
1/4/2010
 
Archive Date
2/28/2010
 
Point of Contact
Pamela Dutcher (207)438-4617Jackie Johnston (207 438-4602
 
E-Mail Address
pamela.dutcher@navy.mil
(pamela.dutcher@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic, Contracts Office, Public Works Maine, Portsmouth Naval Shipyard, Kittery, ME is seeking eligible Small Business firms capable of performing construction utility project to REPLACE UTILITIES AROUND DRY DOCK #2, NAVFAC MID-LANT PWD Maine, Portsmouth Naval Shipyard, Kittery, ME. Description of proposed project: PWD Maine, Portsmouth Naval Shipyard, Kittery, ME. The scope of work includes but not limited to the work to replace utilities around Dry Dock #2 in accordance with EM 385-1-1, Safety and Health Requirements Manual. Work will include replacing lighting, tunnel ladders, air piping, installation of stairway, replace steam trap stations on the tunnel steam fin-tube piping which provides heating for the tunnel, replace steam trap stations on the steam distribution main, replace steam reducing stations, remove abandoned air reducing/silencer station, replace corroded air piping, replace air piping and replace any missing insulations on steam piping, replace tunnel ventilation and exhaust fans. Work will include replacing approximately 370 feet of 12-inch water piping, replace approximately 70 feet of 6-inch steam and 4-inch condensate direct buried (depth of pip 15 feet) piping, approximately 750 feet of 6-inch direct buried air piping, replacement utilities shall be hydrostatically and operationally tested. Work to include replacement of concrete duct covers and concrete utility trench and replacement of pavement. Pavement replacement will also include paint striping, replacement of crane rails and railroad tracks. The total price magnitude is between $1,000,000.00 and $5,000,000.00. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for this project prior to 28 February 2010. The appropriate NAICS code for this procurement is 237110. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced excluding the cover page, 10 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include at least three (3) experiences in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. Ensure this relevant experience includes examples of all work described in the PWD Maine - Portsmouth Naval Shipyard, Kittery ME project above. (2) Company Profile to include: 1Number of employees. 2Office location(s). 3Available bonding capacity per contract. 4DUNS number. 5CAGE Code. 6A statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. RESPONSES ARE DUE NLT 4 January 2010, NLT 5:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package will not be accepted. The package shall be sent, by mail or hand carried, to: NAVFAC, Mid-Atlantic, PWD Maine - Bldg. 59, Portsmouth Naval Shipyard, Kittery, ME 03801-2032 Attn: Pamela Dutcher Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Pamela Dutcher either by email at Pamela.dutcher@navy.mil or phone 207-438-4617.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008510R5611/listing.html)
 
Place of Performance
Address: Dry Dock #2, Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03801
 
Record
SN02023410-W 20091216/091214234757-63d7a0675542209421210cc2317bf768 (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.