Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOURCES SOUGHT

Z -- DBB Repair LP Area Runway + ILS Installation NAVSTA Norfolk

Notice Date
12/5/2019 11:38:26 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0044
 
Response Due
12/19/2019 11:00:00 AM
 
Archive Date
01/03/2020
 
Point of Contact
Holly N. Manning, Phone: 7573411658
 
E-Mail Address
holly.manning@navy.mil
(holly.manning@navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to conduct market. Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for design-bid-build, Repair LP Area Runway + ILS Installation at Naval Station Norfolk, Norfolk, Virginia.All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. 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 synopsis. 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.Description of work:The work includes, but is not limited to the Repair of LP Area Runway 10-28, which includes asphalt and concrete pavement maintenance and repairs, runway markings, runway rubber removal, partial reconstruction of runway pavement, demolition of paved no-taxi islands and incidental related work. This project requires construction starting in June 2020 through December 2020.For the Instrument Landing System (ILS) Installation Support, the work includes demolition of existing ILS equipment and their supporting concrete foundations, installation of antenna foundations and equipment pads including micro piling, grading and drainage improvements, access road construction, and reinstallation of existing generators and transformers. This project will also include additional utility work consisting of underground electrical and communication systems and incidental related work.For the Airfield Signage Electrical Improvements, the work includes minor concrete work and electrical infrastructure demolition, repairs, and replacement and incidental related work.Site preparation includes clearing and grubbing, grading, replacement of existing gravel paving, excavation of site, site earthwork, and excavation of the launch pit. Paving and site improvements include grading, parking, roadways, sidewalks, landscaping, fencing, signs, curbs and gutters, trash enclosure, and hazardous waste accumulation area.The North American Industry Classification System (NAICS) Code for this project is 237990. Other Heavy and Civil Engineering Construction, with a small business size standard of $39,500,000.In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000.This is a new procurement. It does not replace an existing contract. No prior contract information exists.If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states, “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 in June 2020.Firms must be able to demonstrate bonding capacity for a single project of $25,000,000. Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the suretyInterested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration.If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm’s small business status.For each of the submitted relevant projects (a maximum of five projects), ensure that the form is completed in its entirety for each project and limited to two page per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements.Submit a minimum of three (3) and a maximum of five (5) relevant construction projects for your firm that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project. Relevancy is further defined as:Size/Scope/ Complexity:*A project having a final construction cost of $8,000,000 or greater, and having milling and paving overlay of 750,000 square feet or greater.*Installation of underground fiber optic communication and medium voltage electrical distribution systems to include concrete encased duct banks.*Experience with installation of runway or taxiway lighting and airfield guidance signage and their associated electrical wiring*Site work involving earthwork (excavation, fill and grading), drainage (storm drain structures and piping), erosion and sediment control, and requiring coverage under the General Virginia Pollutant Discharge Elimination System permit for Discharges of Storm water from construction activities for sites exceeding 1 acre (not including airfield pavement areas)*Experience with construction of a helical supported concrete foundationsA combination of projects can be used to collectively meet the scope/complexity requirements as listed above.Interested parties should respond no later than 19 December 2019. The submission package shall ONLY be submitted electronically to Quin Conerly-Anderson via email at quin.conerly-anderso@navy.mil. Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment. You are encouraged to request a "read receipt." Responses received after the deadline or without the required information will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea7bb3cce0844c6098379a2ce1c5467d/view)
 
Place of Performance
Address: 57000, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05510504-F 20191207/191205230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.