Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOURCES SOUGHT

Y -- Construction of Dock Structural Repairs

Notice Date
3/16/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, Building 135 P. O. Box 30, NAS Jacksonville, FL 32212-0030
 
ZIP Code
32212-0030
 
Solicitation Number
N694500TCDOCK
 
Point of Contact
robert.woolwine@navy.mil
 
E-Mail Address
Robert Woolwine
(robert.woolwine@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking qualified and interested parties with a first priority for U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. Project will include: (a) cutting holes through the existing concrete deck, driving piles, tying these piles to the structure; (b) strengthening selected areas for structural loads from crane outriggers; (c) expansion joint repairs; (d) concrete spall repairs below the deck; and (e) replacement of damaged C-piles. The estimated cost for this project is between $5,000,000 and $10,000,000. The project is located at NWS Charleston, SC. The contract will be for a term of between one year and two years. The North American Industry Classification System (NAICS) Code is 237990 Other Heavy and Civil Engineering Construction, with a Small Business Size Standard of $33.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. 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 identifying at least two completed projects within the last seven years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. 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 shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: 1.Identify whether your firm is an SBA certified 8 (a); HUBZone; SDVOSB; or Small Business concern. Provide proof of SBA certification for either 8a or HUBZone status. You must be an approved SBA firm (including Mentor-Protege Joint Venture firms) at time of this sources sought announcement to submit a response and be considered as a valid contractor. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 2.Bonding Capacity: Provide surety's name, telephone number and point of contact, your maximum bonding capacity per project, and your maximum aggregate bonding. 3.Provide examples of projects performed as a Design-Bid-Build prime contractor within the last seven years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 4.Provide recent project examples demonstrating experience constructing structural repairs to waterfront facilities. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. 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 Government in tailoring requirements to be consistent with industry capabilities. Please respond to this announcement by 30 Mar 2010, 2:00 pm eastern time by submitting your Capabilities Statement via email to robert.woolwine@navy.mil. The subject line of the email shall read: Construction of Structural Repairs at Transportation Command (TC) Dock, Naval Weapons Station (NWS) Charleston, SC. Emails shall be no more than 10MB in size. If additional space is needed, more than one email may be sent. Responses that do not meet all requirements or are submitted after the deadline will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272/N694500TCDOCK/listing.html)
 
Record
SN02093518-W 20100318/100316235147-0b3e720d5412bc03e976fcb8e41fcaae (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.