Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

Z -- B96, SEWS Relocation at Portsmouth Naval Shipyard

Notice Date
5/5/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Portsmouth Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008517B6115
 
Archive Date
8/31/2017
 
Point of Contact
Matt Thomsen 2034384620
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, is seeking eligible business firms capable of performing a construction contract for repairs and upgrades to a portion of Building 96 first floor located at Portsmouth Naval Shipyard, Kittery, ME. This solicitation is being advertised as a total small business set aside. The Request for Proposal (RFP) will be issued on or about 5/16/2017. The procurement method is Sealed Bidding, FAR Part 14. A proposal due date of approximately 6/16/2017 is anticipated for the subject project. Project Description: This base bid for this project includes the following: hazardous materials abatement; reinforced concrete floor slab, structural steel and cold-formed metal framing, interior insulation, doors and hardware, chain link security fencing and gates, interior finishes, plumbing, compressed air, mechanical, electrical, sprinkler and fire alarm/mass notifications systems upgrades; commissioning; relocating storage (DLA) from Building 79; and incidental related work. The 5 anticipated options include a high rack shelving/lift truck system and associated fire pump, industrial equipment and exhaust ventilation for GAPS, storage containers, FF and E, and relocating a bridge crane. This project is located in the Controlled Industrial Area at Portsmouth Naval Shipyard. Period of Performance: The anticipated contract completion date for this construction project is 9/30/2018. Contract Magnitude: The magnitude of this construction project is between $1,000,000 and $5,000,000 IAW DFARS 236.204. The Northern American Industry Classification System (NAICS) code for this project is 236220. General Information: Please be advised of on-line registration requirements in the System for Awards Management (SAM) database www.sam.gov and directed solicitation provisions concerning electronic annual Online Representations and Certifications (ORCA) at https://orca.bpn.gov; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The solicitation once posted will be available in electronic format only. All documents will be in Adobe Acrobat PDF file format on the NAVY ELECTRONIC COMMERCE ONLINE. The address is https://www.neco.navy.mil/. Contractors are asked to register in the site when downloading from NECO. ONLY REGISTERED CONTRACTORS WILL BE NOTIFIED WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTRACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. Please forward technical inquiries in word format to Matt Thomsen or John Lindblom via E-Mail at: matthew.j.thomsen@navy.mil john.lindblom@navy.mil Primary POC: Matt Thomsen Phone:(207) 438-4620 Email: matthew.j.thomsen@navy.mil Secondary POC: John Lindblom Phone: (207) 438-4612 Email: john.lindblom@navy.mil The Activity Small Business Office Concurs with the set aside determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008517B6115/listing.html)
 
Record
SN04498161-W 20170507/170505234744-8db3a14b693fd92dbe582a466018d6f1 (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.