Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2021 SAM #7222
SOLICITATION NOTICE

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

Notice Date
9/7/2021 10:33:47 AM
 
Notice Type
Presolicitation
 
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
 
Archive Date
11/01/2021
 
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
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 1,751 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e16bd5f3535c441c9be14d9968732a3a/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN06123822-F 20210909/210907230127 (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.