Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2021 SAM #7218
SOURCES SOUGHT

Y -- P-095 Pier 3 Recap Naval Station Norfolk, VA

Notice Date
9/3/2021 12:49:32 PM
 
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
N4008521R0219
 
Response Due
8/2/2021 11:00:00 AM
 
Archive Date
08/02/2022
 
Point of Contact
Amanda Bricker, HOLLY SNOW
 
E-Mail Address
amanda.l.bricker.civ@us.navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL
(amanda.l.bricker.civ@us.navy.mil, HOLLY.R.SNOW.CIV@US.NAVY.MIL)
 
Description
3 September 2021: PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N4008521R0219 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for performing construction services to Replace Submarine Pier 3 at Naval Station Norfolk, Norfolk, VA. PROJECT DESCRIPTION:� This is a Design Bid Build Construction Contract to Construct new Pier 3 and CEP-176 wharf to support berthing of LA, VA, and VPM Class submarines with shore-to-ship utilities, correct deficiencies of existing bulkhead CEP-102 and construct new relieving platform, construct new Utility Service Building (USB), outfit Pier 4 south for berthing of submarines during project construction, demolish Pier 3 and Pier 3T, perform dredging, and construct ATFP security enclave. The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary for construction of a new reinforced concrete single deck pier 1,330 feet long and 85 feet wide and a new wharf 800 feet long and 100 feet wide which replaces part of the existing CEP-176 bulkhead. The top of the wharf deck elevation will match top of the pier deck elevation and the north edge of wharf will align with north edge of the new pier and have a continuous fender system. Utilities on the pier and wharf will consist of potable water, sanitary sewer, oily water/waste oil, pure water, fire protection water lines, and low- and high-pressure compressed air systems. Electrical utilities will include primary power distribution, 480V shore power, industrial power, high mast lighting, and grounding. Additional utilities include telephone, cable television, fiber optic communications, and fire alarm systems. An unoccupied utility services building will be constructed which will house redundant fire/potable water booster pumps, low- and high-pressure compressed air plants, pure water plant and backup generator. A new ATFP fence will enclave the area around the utility services building, new pier 3 and CEP-176 wharf and include a guard house, vehicular gates with passive vehicle barriers, pedestrian turnstiles and perimeter lighting. Additional work includes construction of a new reinforced concrete relieving platform along existing CEP-102 bulkhead, outfitting of existing Pier 4 south to temporarily berth submarines during the full extent of this project, demolition of existing Pier 3 and Pier 3T, and dredging of sediment at the existing Pier 3 and Pier 3T demolition sites and along the new wharf. The completion time for this contract is 1,209 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This is a one phase source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� Large business concerns are required to submit a subcontracting plan prior to award of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 � Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $39,500,000.� In accordance with DFARS 236.204, the magnitude of construction for this project is between $100,000,000 and $250,000,000. This office anticipates award of a contract for these services by February 2022. A Sources Sought notice was issued on 26 July 2021 to determine the capability of small businesses to perform the requirement.� The Sources Sought notice yielded one (1) Small Business response.� Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation.� NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 24 August 2021. The Request for Proposal (RFP) will be issued on or about 17 September 2021.� All documents will be in Adobe PDF file format and downloadable from the Sam.gov website.� The official address to the solicitation is https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Amanda Bricker at amanda.l.bricker.civ@us.navy.mil. ________________________________________________________________________________________________________ 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.� 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 to Replace Submarine Pier 3 at Naval Station Norfolk, Norfolk, VA. 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: This is a Design Bid Build Construction Contract to Construct new Pier 3 and CEP-176 wharf to support berthing of LA, VA, and VPM Class submarines with shore-to-ship utilities, correct deficiencies of existing bulkhead CEP-102 and construct new relieving platform, construct new Utility Service Building (USB), outfit Pier 4 south for berthing of submarines during project construction, demolish Pier 3 and Pier 3T, perform dredging, and construct ATFP security enclave. The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary for: construction of a new reinforced concrete single deck pier 1,330 feet long and 85 feet wide and a new wharf 800 feet long and 100 feet wide which replaces part of the existing CEP-176 bulkhead. The top of the wharf deck elevation will match top of the pier deck elevation and the north edge of wharf will align with north edge of the new pier and have a continuous fender system. Utilities on the pier and wharf will consist of potable water, sanitary sewer, oily water/waste oil, pure water, fire protection water lines, and low- and high-pressure compressed air systems. Electrical utilities will include primary power distribution, 480V shore power, industrial power, high mast lighting, and grounding. Additional utilities include telephone, cable television, fiber optic communications, and fire alarm systems. An unoccupied utility services building will be constructed which will house redundant fire/potable water booster pumps, low- and high-pressure compressed air plants, pure water plant and backup generator. A new ATFP fence will enclave the area around the utility services building, new pier 3 and CEP-176 wharf and include a guard house, vehicular gates with passive vehicle barriers, pedestrian turnstiles and perimeter lighting. Additional work includes construction of a new reinforced concrete relieving platform along existing CEP-102 bulkhead, outfitting of existing Pier 4 south to temporarily berth submarines during the full extent of this project, demolition of existing Pier 3 and Pier 3T, and dredging of sediment at the existing Pier 3 and Pier 3T demolition sites and along the new wharf. An Industry day overview for this project was provided via Beta.sam.gov. To view additional details and the presentation on this project, please visit the following link: https://beta.sam.gov/opp/8584dbac823a40c6a8bfd9583f29e8bb/view?keywords=%22Pier%203%20Industry%20Day%22&sort=?relevance&index=opp&is_active=true&page=1. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $250,000,000 and $500,000,000. � This is a new procurement.� It does not replace an existing contract.� No prior contract information exists � The anticipated award of this contract is February, 2022. The appropriate NAICS code for this procurement is 237990; Annual Size Standard:� $39.5M 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.� 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 four 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 four (4) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity.� Experience of proposed subcontractors will not be considered.� Furthermore, the offeror�s experience as a subcontractor will not be considered. ��Recent is defined as having been 100% completed within the last fifteen (15) years prior to the submission due date.� A relevant project is further defined as: Size: A final construction cost of $25,000,000 or greater. Scope: Construction of reinforced concrete wharfs or pier structures. Complexity: Relevant projects chosen by the offeror for evaluation should demonstrate experience with each of the following elements: Controlled demolition of reinforced concrete waterfront structure; Installation of Steel Pipe Piles and Steel Sheet Pile Combi-walls, Prestressed Concrete Square, or cylinder piles utilizing equipment mounted on barges operating in open water. (note: construction of micropiles does not satisfy this Element); Note:� Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.� The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Monday, August 02, 2021 by 2:00 P.M. Eastern Daylight Time.� The submission package shall ONLY be submitted electronically to Amanda Bricker at Amanda.Bricker@navy.mil AND Amanda.l.bricker.civ@us.navy.mil �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. Questions or comments regarding this notice may be addressed by email to Amanda.Bricker@navy.mil AND Amanda.l.bricker.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b2010d522074665b8fdb82ceacc2e9e/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN06122705-F 20210905/210903230119 (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.