SOURCES SOUGHT
Z -- SEAWALL REPAIRS FOR FARRAGUT, ROBERT CROWN AND SANTEE BASIN, UNITED STATED NAVAL ACADEMY, ANNAPOLIS, MD
- Notice Date
- 1/4/2022 3:45:50 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-22-R-3927
- Response Due
- 1/18/2022 11:00:00 AM
- Point of Contact
- Lindsay M. Brown, Phone: 2026853192
- E-Mail Address
-
lindsay.m.brown14.civ@us.navy.mil
(lindsay.m.brown14.civ@us.navy.mil)
- Description
- 1. DATE: 4 January 2022 2. YEAR: FY22 3. CONTRACTING OFFICE ZIP CODE: 20374 4. CLASSIFICATION CODE: Y � CONSTRUCTION OF STRUCTURES/FACITILIES 5. CONTRACTING OFFICE ADDRESS: 1314 Harwood St., SE, Washington Navy Yard, D.C 6. SUBJECT OF PROPOSED CONTRACT ACTION: SEAWALL REPAIRS FOR FARRAGUT, ROBERT CROWN AND SANTEE BASIN, UNITED STATED NAVAL ACADEMY, ANNAPOLIS, MD 7. SOLICITATION NUMBER: N40080-22-R-3927 8. POINT OF CONTACT: ShaMarian Plummer | Contract Specialist | Email: shamarian.plummer@navy.mil | Phone Number: 410-293-1074 Lindsay Brown | Contracting Officer | Email: lindsay.m.brown14.civ@us.navy.mil | Phone Number: 202-685-3192 9. NAICS CODE: 237990 Other Heavy and Civil Engineering Construction 10. DISCLOSURE OF CONSTRUCTION MAGNITUDE: In accordance with DFAR 236.204 (ii), the estimated magnitude of construction is $25,000,000 and $100,000,000.� 11. SOURCES SOUGHT NOTICE:� This Notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Washington in conjunction with the procurement process. The Naval Facilities Engineering Command, Washington is seeking eligible small business firms capable of performing construction services for repairing the seawall at United States Naval Academy, MD. All service-disabled veteran-owned small businesses (SDVOSB), certified HUBZone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. Based upon the review of responses received to this Sources Sought Synopsis, a decision will be made whether to issue the proposed solicitation to the types of firms indicated above, or to issue as full and open competition (unrestricted). 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. 12. PROJECT DESCRIPTION: This construction contract requires Seawall Repairs for Farragut Field and Part of Santee Basin project is to provide a 75-year service life by repairing the sheet pile bulkheads along Farragut Field and the east side of Santee Basin. This project will construct a new sheet pile wall outboard of the existing. Santee Basin will utilize the existing tieback system while Farragut Field will utilize a new tieback system constructed inland of the existing for lateral stability. 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 25 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 2022. 13. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this Sources Sought announcement. 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. All responses shall include the following: 1. Completed �22R3927� Sources Sought Contractor Information Form� (form attached) that provides information on your company including type of business and bonding. Provide your surety�s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. Note: If you are submitting as an 8(a) Mentor Prot�g�, please indicate the percentage of work to be performed by the prot�g�. 2. Completed �22R3927� Sources Sought Project Data Form� (form attached) 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) and a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrates your experience on projects that are similar in size, scope, and complexity to the solicited project. The attached construction experience project data form shall be utilized to demonstrate experience similar to the requirements outlined in the project descriptions. For each of the projects submitted for experience evaluation, provide the following: � Title and Location � Award and/or completion dates � Contract or subcontract value � Type of work for overall project and type of work your company self-performed � Customer information including point of contact, phone number, and email address � Whether the work was performed as a prime or a subcontractor � Type of contract (Design-Build or Design-Bid-Build) � For design-build projects, identify the name and address of the A-E firm used, years working together, and if design was performed in-house. � Narrative project description � How project is relevant to this project � Description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed. Projects which do not meet the following requirements, may not be considered relevant. The Sources Sought Contractor Information Form and Sources Sought Project Data Form are required. Information not provided may prohibit your firm from consideration. The Capability Statement packages shall be sent via email to ShaMarian.Plummer@navy.mil and Lindsay Brown at Lindsay.m.brown14.civ@us.navy.mil. SUBMISSIONS ARE DUE BY 18 January 2022 AT 2:00P.M. EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f56849a61f04875be59f1ca2eb56fca/view)
- Place of Performance
- Address: Annapolis, MD 21402, USA
- Zip Code: 21402
- Country: USA
- Zip Code: 21402
- Record
- SN06209261-F 20220106/220104230112 (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 |