Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOURCES SOUGHT

Z -- PIER MAINTENANCE AND REPAIRS AT NAVAL SUBMARINE BASE NEW LONDON, GROTON, CT

Notice Date
6/10/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC NEW LONDON Box 26 Naval Submarine Base - New London Groton, CT
 
ZIP Code
00000
 
Solicitation Number
N4008511B7537
 
Response Due
6/28/2011
 
Archive Date
7/29/2011
 
Point of Contact
Ernest Eybel
 
E-Mail Address
.eybel@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB), certified 8(a) Small Disadvantaged Business, certified HUBZone Small Business, or Small Business Concerns with current relevant qualifications, experience, personnel and capability to perform the proposed project. The project is located at Naval Submarine Base New London, Groton, CT. The work envisioned under the proposed contract includes all necessary labor, materials, equipment and performance of all operations in connection with removing existing and providing new pier fender system elements consisting of timber piles, timber fender members and metal anchors, chains, rubber fenders, including bolts, fasteners and concrete patching around metal anchors. Also included in this work shall be the provisions of replacing damaged timber piles in a pile cluster and the performance of all other necessary incidental related work. The proposed requirement will be a firm fixed contract for one base year and two-one year options. The estimated value of this procurement is between $1,000,000.00 and $5,000,000.00.. All Service-Disabled Veteran-Owned Small Business firms, certified HUBZone Small Business firms, certified small business and certified 8(a) Small Disadvantaged Business firms are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a) Small Disadvantaged Business, HUBZone Small Business, Service Disabled Veteran Owned Small Business Set-aside or Total Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in September 2011. The applicable North American Industry Class System (NAICS) code is 237990. The small size standard is a three year average annual gross receipt of $33.5 million It is requested that interested parties submit a brief capabilities package. This capabilities package shall address at a minimum the following: (1)A positive statement of your intent to submit a bid for this solicitation as a prime contractor. (2)Company profile to include number of employees, annual receipts, office location(s), DUNS number and CAGE Code. (3)Examples of contracts worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract numbers, project titles, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact and telephone numbers. (4)Please indicate if you are a Small Business, certified 8(a) Small Disadvantaged Business, certified HUBZone Small Business or Service Disabled Veteran Owned Small Business. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: NAVFAC MIDLANT, PWD FEAD, ATTN: ERNEST EYBEL, NAVAL SUBMARINE BASE NEW LONDON, BOX 26, BLDG 135, GROTON, CT 06349. Responses must be received no later than 2:00 Eastern Standard Time on 28 June 2011. Electronic submission will not be accepted. Questions regarding this Sources Sought Notice may be addressed to Mr. Ernest Eybel via email at ernest.eybel@navy.mil or via telephone at 860-694-3955. If a determination is made to pursue an 8(a) Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Small Business set-aside, a solicitation will be posted on the website at http://fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NL/N4008511B7537/listing.html)
 
Place of Performance
Address: Naval Submarine Base New London
Zip Code: , Groton, CT
 
Record
SN02470046-W 20110612/110610235426-3135c6d236cc476756f3c1d82970c06d (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.