Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOURCES SOUGHT

99 -- Design-Bid-Build, P1097 Relocate Underwater Electromagnetic Measurement System, Naval Submarine Base New London, New London, CT

Notice Date
6/29/2020 11:23:13 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
N4008520R0109
 
Response Due
7/13/2020 2:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Rachel Honecker, Phone: 7573411652
 
E-Mail Address
rachel.honecker@navy.mil
(rachel.honecker@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. �THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� 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 research to determine if sources capable of satisfying this agency�s requirements exist.� The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Design-Bid-Build, P1097 Relocate Underwater Electromagnetic Measurement System, Naval Submarine Base New London, 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 responses 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: Project constructs a steel fabricated three-level platform, approximately 20' x 20', supported by four steel piles in the Thames River at Groton, Connecticut, including a weather and corrosion resistant Data Concentrator Shed (DCS) on the third deck which will support and house equipment for an Underwater Electromagnetic Measurement System (UEMMS), and the construction and connection of two composite submarine cables supporting power and communications from the Range House on the New London side of the river.� Both composite cables will be installed together by jet-plow method four-feet into the river bottom and protected by concrete matting. �Design and construction of the UEMMS equipment will be by others.� Option includes the complete demolition, including pile extraction, of the existing platform, DCS and UEMMS, in an out-year requiring remobilization. The North American Industry Classification System (NAICS) Code for this project is 237990 Other Heavy and Civil Engineering Construction, with a size standard of $39,500,000. In accordance with FAR 36.204(f), the magnitude of construction for this project is between $1,000,000 and $5,000,000. 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 January 2021. Firms must be able to demonstrate bonding capacity for a single project of $5,000,000. �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 pages 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 two (2) up to a maximum of five (5) relevant new construction projects and a minimum of one (1) up to a maximum of two (2) relevant demolition project(s) for the Offeror that best demonstrates your experience on relevant projects (similar in size, scope, and complexity to the RFP). Relevant project(s) are further defined as: New Construction ����������� 1.) In-water Steel Structures: ����������������������� Size: A minimum of 1,000 total square feet of platform/deck area. ����������������������� Scope/Complexity: New construction of an in-water, pile-supported structure. ����������� 2.) Communication Facilities: ����������������������� Size: A minimum of 150 total square feet. ����������������������� Scope/Complexity: New construction of a weather and corrosion-resistant communications facility or storage facility located within coastal environments.� The offeror must submit a minimum of one In-water Steel Structure project and one Communication Facility project. Demolition Project: ����������������������� Size: A minimum of 1,000 total square feet. ����������������������� Scope/Complexity: Demolition of pile-supported in-water structures consisting of 50% or more steel construction, including pile extraction. Projects submitted for the Offeror must have been completed within seven (7) years prior to the date of proposal submission. Note: Offerors must demonstrate experience with all of the work elements set forth above. �This experience may be demonstrated cumulatively through all of the projects submitted by an offeror. �In order for a project to be determined relevant, it must meet the size requirement and at least one of the scope/complexity items. Interested parties should respond no later than 13 July 2020. �The submission package shall ONLY be submitted electronically to Rachel Honecker via email at rachel.honecker@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/4ad1b81296b14cec899fa2358c9457dd/view)
 
Place of Performance
Address: New London, CT, USA
Country: USA
 
Record
SN05707020-F 20200701/200629230200 (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.