SOURCES SOUGHT
Z -- Sources Sought for Refit Wharf 1 Repairs, Naval Base Kings Bay, GA
- Notice Date
- 11/14/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945013SSRW1
- Response Due
- 11/28/2012
- Archive Date
- 12/13/2012
- Point of Contact
- camilla.funk@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for the Refit Wharf 1 Repairs, Naval Submarine Base Kings Bay, GA. 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 U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Service Disabled Veteran-Owned Small Business (SDVOSB), and other Small Business sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The scope of the proposed project includes repairs and improvements to Refit Wharf Number 1 at Naval Submarine Base Kings Bay, GA as follows: 1.Reinforced concrete repairs on piles, pile caps, bull rails and edge beams. 2.Installation of an impressed current cathodic protection system on reinforced concrete pile caps. 3.Installation of anodes and a bonding harness system on steel fender piles and camel guide piles. 4.Cleaning, coating, and installation of new fender wraps to steel fender piles. 5.Cleaning and coating of steel camel guide piles. The contract will be for a term of 18 months. The estimated cost of construction for this project is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code is 237990 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 will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone, or SDVOSB contractors: first priority; issue a solicitation as a small business set-aside: second priority; or whether to issue an unrestricted solicitation with full and open competition: third priority. 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. Respondents must include references and a capability statement for a minimum of two (2) to a maximum of five (5) projects that meet the specific capabilities listed below: 1.Projects completed as a prime contractor that demonstrate the capability to repair waterfront structures. Projects must contain installation of impressed current cathodic protection to concrete waterfront structures and at least one of the following elements: Reinforced concrete repair. Installation of anodes on steel piles. Installation of pile wraps. 2.Project values must be $8M or greater. 3.Projects must have been completed within the last seven (7) years. Respondents shall provide a list of projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the specific capabilities listed above. Each reference shall include the company name and title, telephone number, and point of contact. Contractors shall provide evidence of sufficient available bonding capacity. Evidence shall include the name, telephone number and point of contact of respective bonding company; your maximum bonding capacity per project; and your maximum aggregate bonding. Provide proof of SBA status. Certification documentation for either 8a or HUBZone status is required. 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, or small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement no later than 28 November 2012, 2:00 pm EDT via email to camilla.funk @navy.mil. The subject line of the email shall read: SSRW1 Refit Wharf 1 Repairs, Naval Submarine Base Kings Bay, GA. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1c02b2ca28328f9e6cb7c3143ea7ee96)
- Record
- SN02930962-W 20121116/121114234819-1c02b2ca28328f9e6cb7c3143ea7ee96 (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 |