Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2016 FBO #5321
DOCUMENT

Z -- RM12-1961 Dry Dock 3 Caisson Replacement and Seat Repairs, Portsmouth Naval Shipyard, Kittery, ME - Attachment

Notice Date
6/16/2016
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R3020
 
Response Due
6/30/2016
 
Archive Date
7/15/2016
 
Point of Contact
Alanna Whybrew
 
E-Mail Address
341-0081
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for caisson replacement and seat repairs to Dry Dock #3, located at the Portsmouth Naval Shipyard in Kittery, ME. The work involves the replacement of the existing caisson at Dry Dock #3 and repair to the concrete entrance structures of the dry dock. Caisson replacement includes structural steel fabrication, installation of mechanical and electrical systems, and a full testing program of the caisson and its interface with the repaired dry dock. The caisson weather deck will be raised to account for sea level rise. The corresponding concrete coping will also be raised to accommodate the caisson. The concrete entrance structure repairs include removal and replacement of concrete at the inner and outer seats. To facilitate repairs to the inner seat, the caisson will be seated in the outer seat. The repairs to the outer seat will be completed with the use of mini cofferdams directly attached to the outer seat to provide a dry work space. The dry dock will remain operational throughout construction and work is required to be sequenced to avoid disruption to the dry dock schedule. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 - Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services by December 2016. The Contractor shall complete the entire work ready for use not later than 852 calendar days after notice to proceed. It is requested that interested small businesses submit to the Contracting Officer a brief capabilities statement package, including the NAVFAC Sources Sought Questionnaire and Excel matrix provided as attachments to this notice in order to demonstrate the ability to perform the construction services described. The questionnaire and matrix should be used to document a minimum of three (3) and a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. All projects you list on the questionnaire must also be listed on the Excel matrix (and vice versa), with the appropriate fields filled out to indicate the type of work. A relevant project is further defined as: Size: A construction cost of no less than $7,500,000. Scope/Complexity: Construction, renovation or repair of waterfront or dry dock facilities similar in scope by providing for the construction of one or more of the following elements listed below. Each project submitted does not require demonstrated experience with all of the following components, but collectively, they must demonstrate experience with all elements. (a)Complex marine structural steel fabrication with electrical and mechanical systems similar to the scope of the caisson (b)Concrete repairs of waterfront structures (c)Projects completed in congested urban or industrial areas with limited construction laydown space All responses shall include: (1) The attached NAVFAC Sources Sought Questionnaire. The description box on the questionnaire shall include the contract number, square footage, Government Agency/Private Entity for which the work was performed, and a brief description of how the contract referenced relates to the size, scope and complexity requirements for the construction services described. There are only enough boxes to list four (4) projects on the questionnaire. If you are submitting five (5) projects, you will need to fill out a second questionnaire to list the fifth project. NOTE: EMR is to be provided for years 2013, 2014 and 2015. Due to limitations of the questionnaire form, you will not be able to select a year label prior to 2015. Please use the first EMR box to list your 2015 EMR, the second to list your 2014 EMR, and the third to list your 2013 EMR. The rest of the questionnaire is self-explanatory, and all boxes should be filled out as applicable. (2) The attached Excel matrix. Every project that is listed on the questionnaire must also be listed on the matrix, and vice versa. (3) Company Profile (no more than one page) to include the following: a.Number of offices and office location(s); b.Number of employees per office; c.Available bonding capacity per contract (must be able to bond up to the target award for this contract); d.DUNS number; e.CAGE Code; f.Small business designation/status claimed; and g.Annual revenue. (4) If you are proposing as an 8(a) Mentor-Protégé, indicate the percentage of work to be performed by the protégé and a copy of the SBA letter stating that your Mentor-Protégé agreement has been approved. (5) In addition to the above items, you may also submit a capabilities statement for review (no page limitation on this, brochures are acceptable), but it is not required. This notice 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. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 30 JUNE 2016 at 12:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail (preferred method) to Alanna Whybrew at alanna.whybrew@navy.mil or mailed to: Naval Facilities Engineering Command, Mid-Atlantic North IPT, Code OPTA 9324 Virginia Ave Norfolk, VA 23511 In accordance with Executive Order 13502, as implemented by FAR Subpart 22.5, NAVFAC MIDLANT is considering the potential use of a Project Labor Agreement (PLA) on this project. Any PLA reached pursuant to EO 13502 shall: (a) bind all contractors and subcontractors on the construction project through the inclusion of appropriate specifications in all relevant solicitation provisions and contract documents; (b) allow all contractors and subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; (c) contain guarantees against strikes, lockouts, and similar job disruptions; (d) set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the project labor agreement; (e) provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; and (f) fully conform to all statutes, regulations, and Executive Orders. As an additional element of our market research effort, we are seeking responses from both small and large businesses regarding the potential use of a PLA on this project. Please discuss how the use of a PLA could potentially affect economy and efficiency, labor-management stability, competition, etc. Responses are requested regardless of position.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R3020/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R3020_Sources_Sought_Questionnaire.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3020_Sources_Sought_Questionnaire.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R3020_Sources_Sought_Questionnaire.pdf

 
File Name: N4008516R3020_N4008516R3020_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008516R3020_N4008516R3020_Matrix.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R3020_N4008516R3020_Matrix.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04152892-W 20160618/160616235254-0a43e9a7c7045c25a462e2f2c943c063 (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.