Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOURCES SOUGHT

Z -- NAVFAC MM UEM Repair Water Towers 3 and 4 at Naval Support Activity, Crane, Indiana

Notice Date
3/14/2018
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008518R1619
 
Response Due
4/2/2018
 
Archive Date
4/17/2018
 
Point of Contact
Marissa Wagler
 
E-Mail Address
4-3972
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The intent of this notice is to identify potential offerors capable of performing the services in order to determine the applicable set-aside. The Solicitation Number for this announcement is N4008518R1618 The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC ML), Public Works Department (PWD) Crane, Indiana, is currently seeking potential sources for a design-bid-build project to perform repairs and painting maintenance on two 100,000-gallon elevated steel potable water towers at Naval Support Activity Crane, Crane, Indiana. The intention of the future solicitation is to provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for the repair and painting maintenance on two 100,0000 gallon elevated steel potable water towers at Naval Support Activity (NSA) Crane, Crane, Indiana, via a design-bid-build, firm fixed-priced contract. Completion date will no later than September 15, 2018. One tower has a height of approximately 189 feet and a diameter of 24 feet and the other tower has a height of approximately 179 feet and a diameter of 24 feet. Exterior painting maintenance includes cleaning by water jetting in accordance with SSPC SP WJ-4. Locations where the original coating is missing and corrosion is present shall be further cleaned in accordance with SSPC SP WJ-1 or SSPC SP10/NACE No. 2. Where coating removal is required, the removed exterior coatings shall be treated as containing hazardous material (lead-based paint) and proper spot containment is required. After surface preparation, surfaces that are prepared to bare metal shall receive a 3-coat system applied in accordance with contract specifications. Surfaces that have the original coating adhering following cleaning shall receive a 2-coat system in accordance with contract specifications. Interior painting maintenance includes abrasive blasting steel surfaces to near-white metal in accordance with SSPC SP 10/NACE No. 2 and a 3-coat system applied in accordance with SSPC PA 1. Exterior repairs include enlarging the riser manhole, concrete foundation deterioration repair, miscellaneous bracket and pulley equipment removal, diagonal bracing end connection modification, balcony and roof handrail replacement, welding roof-to-shell connection, replacing the roof vent, installing slip-resistant rung covers on all ladders, replacing beacon light bulbs and globes, overflow pipe discharge end modification, and valve vault rung replacement. Interior repairs include pitting repairs, miscellaneous bracket removal, seam sealing, installing new roof gussets, ladder removal, lead joint removal, and installing new cathodic protection equipment. There are communication antennas at various locations on the tower. A portion of them require temporary removal during construction and then replacement to their original location. The remaining antennas shall be removed and turned over to the Government. The NAICS Code for this solicitation is 238320, Painting and Wall Covering Contractors. The Small Business Size Standard is $15.0 million. Estimated cost range is between $1,000,000 and $5,000,000. Low price, technically acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees. Sources are sought from 8(a) firms with a bona find place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) concerns, Women Owned Small Business (WOSB), or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, WOSB, or small businesses should indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, WOSB concern; SDVOSB must also provide documentation of their status; (b) describe your partnering, teaming or joint venture intentions; (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor; (d) describe specific portions of this type of effort your company intends to subcontract; (e) show experience performing similar type work by providing descriptions of projects performed in the last three years that are similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.); (f) letter from bonding company showing your firm s capability to bond projects up to $2 million; and (g) proof of the following employee certifications for either the prime contractor or committed subcontractor: (1) Industrial Hygienist certified by the American Board of Industrial Hygiene (2) Protective Coatings Specialist (PCS) certified by the Society for Protective Coatings (SSPC) (3)QC Specialist Coating Inspector (SSPC) QP 5, III certified (4) SSPC C-7 Dry Abrasive Blaster Qualification Program, and (5) Coating contractors certified to either ISO 9001 or SSPC QP 1, SSPC QP 2, and SSPC QS 1. If committed subcontractor s experience is used, provide letter of commitment from subcontractor. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested 8(a) Region V , SDVOSB, HUBZone concerns, WOSB, or small business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested 8(a), SDVOSB, HUBZone, WOSB, or small business concern. If adequate interest is not received from any of the above categories this solicitation will be issued as a competitive unrestricted procurement. Anticipate the solicitation will be released on or about April 30th, 2018 with proposals due no sooner than 30 days after the solicitation is released. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or. www.fbo.gov. The apparent successful offeror must be currently registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to marissa.wagler@navy.mil. Responses may be submitted under Solicitation Number N4008518R1618 via hard copy to NAVFAC ML PWD Crane, Attention: Marissa Wagler, Contract Specialist, Code PRX22, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082 or via e-mail to marissa.wagler@navy.mil. Receipt of potential offeror s Statement of Qualifications shall be received no later than 2:00 p.m. local time on April 2nd, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac0572c2f7ab1ba035e6c8a69a05bdad)
 
Place of Performance
Address: 300 Highway 361
Zip Code: , Crane, Indiana
 
Record
SN04854462-W 20180316/180314231507-ac0572c2f7ab1ba035e6c8a69a05bdad (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.