Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

99 -- Design-Bid-Build P898, SSN Submarine Berthing Pier 32, NAVSUBASE New London, CT

Notice Date
1/13/2020 11:54:15 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
N4008520R0037
 
Response Due
1/24/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Gary Milton, Phone: 7573412074, Holly N. Manning, Phone: 7573411658
 
E-Mail Address
gary.milton1@navy.mil, holly.manning@navy.mil
(gary.milton1@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,�P-898, SSN Berthing Pier 32 at Naval Submarine Base New London, CT. 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 construction of a concrete filled steel pipe pile supported pier with concrete deck, mooring fittings, mechanical and electrical utilities, an integrated composite fender system and specialized equipment including composite camels. The pier will provide two berths for general berthing and maintenance at SUBASE New London. The project will also include relocation of the floating crane�s weight testing support facility. Built-in equipment includes jib cranes (1.5 tons) for supporting electrical cables between the pier and vessels and adjustable retractable crane-less brows. Work also includes demolition of the existing concrete and pile Piers 32, 10 and 17. Site preparation includes earthwork, soil treatment, selective utility and mooring demolition, and dredging. Dredging will allow safe maneuvering room for vessels while mooring or exiting northern berths (Piers 32/Turning Basin and Pier 10) and in the following areas: turning basin, areas at the berth for navigation and maintenance operations and areas at the existing Piers 10 and 32. Dredge disposal will include the use of Confined Aquatic Disposal (CAD) cell located in the Thames River. Electrical utilities include shore power for vessels including primary and secondary distribution, transformers, substations, primary switches, grounding/lightning protection and telecommunication infrastructure. Mechanical systems include, water, wastewater, compressed air, and fire protection. Environmental mitigation requirements includes marine mammal and water quality monitoring, reporting to national oceanic and atmospheric administration national marine fisheries service, acoustic surveys, pre and post dredge sampling, benthic sampling and analysis of Confined Aquatic Disposal (CAD) cells and CAD cell cap assessment, shellfish resources testing and mitigation will be required to satisfy federal, state and local environmental regulations and requirements. 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 $25,000,000 and $100,000,000. 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 August 2020. Firms must be able to demonstrate bonding capacity for a single project of $100,000,000.� Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety Interested 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-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� 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 $30,000,000 or greater. Project having construction of reinforced concrete wharfs or pier structures, valued at $30 million or greater and have been completed within the past 10 years from the date of issuance of this RFP Relevant projects chosen by the offeror for evaluation should demonstrated experience with each of the following components: Controlled demolition of reinforced concrete waterfront structures Drilled piles with rock sockets installed over water (note: construction of micropiles does not satisfy this Element) Reinforced concrete pier and or wharf construction Steel pile supported pier/wharf construction Industrial grade mechanical and electrical utility services and controls installation Quality Control Program planning and implementation Note that each project submitted does not require demonstrated experience with all of the following components but all projects submitted must collectively demonstrate experience with all elements. A combination of projects can be used to collectively meet the scope/complexity requirements as listed above. Interested parties should respond no later than 24 January 2020. The submission package shall ONLY be submitted electronically to Gary Milton via email at gary.milton1@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/656a1f539bc44e9caede95830afe589e/view)
 
Place of Performance
Address: New London, CT, USA
Country: USA
 
Record
SN05533596-F 20200115/200113230303 (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  © 1994-2020, Loren Data Corp.