DOCUMENT
Y -- Design-Bid-Build, Dry Dock 1 Defueling Complex, Portsmouth Naval Shipyard, Kittery, ME - Attachment
- Notice Date
- 9/19/2016
- 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
- N4008516R3036
- Response Due
- 10/3/2016
- Archive Date
- 10/18/2016
- Point of Contact
- Crystal Godwin, crystal.godwin@navy.mil
- 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 Dry Dock #1 Defueling Complex, located at the Portsmouth Naval Shipyard in Kittery, ME. The work includes the construction and fabrication of several enclosures and passageway sections for use at Dry Dock #1. The Defueling Complex is made up of several enclosures, which are summarized below: Foundation: Includes the foundation infrastructure for the enclosures. Site: Includes supporting site infrastructure for the enclosures. M-140 Towers: Included are 4 work levels including the ground level for radiological processing activities. Each tower includes a movable roof and a 5-ton SPS bridge crane. Railcar Enclosure: Houses M-140 railcar. Storage Enclosure: Provides access and storage means between the two towers. DRE-7: Dockside Refueling Enclosure - Serves as a utility enclosure for storage, radiological processing activities, and grapple changeout. Enclosure includes a movable roof and 5-ton SPS bridge crane. Another section of the DRE-7 has two roof hatches. RAE-SP-6: Reactor Access Enclosure Support Platform - Enclosure is welded to the submarine hull to support reactor servicing activities. Structure includes a floor opening for access into the hull. Structure serves to support the RAE-4 and is limited in weight by the portal crane capacity. The structure is stored dockside while not in use. RAE-4: Reactor Access Enclosure - Enclosure attaches to the RAE-SP-6 to support reactor servicing activities. Structure includes a floor opening for access into the RAE-SP-6 as well as work spaces. Enclosure includes a movable roof and a 5-ton SPS bridge crane and is limited in weight by the portal crane capacity. The structure is stored dockside while not in use. ACE-3: Access Control Enclosure - Serves as the main entry point to the Radiologically Controlled Areas (RCAs) via passageways. Enclosure houses lockers and portal monitors as well as the security, communications, and fire alarm complex infrastructure. Passageways: Consist of dockside and shipboard passageways for access to all the enclosures. Passageways consist of existing passageway infrastructure from a previous deactivation as well as new passageways. Included in the shipboard passageways is a rotatable passageway that can be rotated to allow portal crane movement along the south side of Dry Dock #1. The passageways also include a shipboard passageway connection from dockside to the RAE-SP-6. The Dry Dock and surrounding buildings will be occupied during performance of work under this Contract. Other areas adjacent to the project site will also be under construction during the performance of this Contract. 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 February 2017. The Contractor shall complete the entire work ready for use not later than 180 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 two (2) and up to a maximum of five (5) relevant construction projects completed in the past ten (10) 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: Construction, renovation or repair of industrial facilities. Complexity: 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 structural steel fabrication, including modular structural components requiring repeated assembly and disassembly. b)Mechanical systems similar to the scope of this project, including the ventilation, duct work and all associated controls, testing and commissioning. 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 03 OCT 2016 at 2:00 PM (EDT). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail (preferred method) to Crystal Godwin at crystal.godwin@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/N4008516R3036/listing.html)
- Document(s)
- Attachment
- File Name: N4008516R3036_N4008516R3036_SourcesSoughtNotice.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_SourcesSoughtNotice.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_SourcesSoughtNotice.pdf
- File Name: N4008516R3036_N4008516R3036_SourcesSoughtQuestionnaire.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_SourcesSoughtQuestionnaire.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_SourcesSoughtQuestionnaire.pdf
- File Name: N4008516R3036_N4008516R3036_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_Matrix.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_Matrix.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008516R3036_N4008516R3036_SourcesSoughtNotice.pdf (https://www.neco.navy.mil/synopsis_file/N4008516R3036_N4008516R3036_SourcesSoughtNotice.pdf)
- Record
- SN04277621-W 20160921/160919235047-4be388055af52a0621f4f0f12f937d2b (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 |