Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2023 SAM #7810
SOLICITATION NOTICE

Y -- P684 TRIDENT REFIT FACILITY (TRF) EXPANSION, NSB KINGS BAY, GA

Notice Date
4/14/2023 1:13:49 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023R0021
 
Response Due
5/2/2023 11:00:00 AM
 
Archive Date
06/02/2023
 
Point of Contact
JOHN MACK, Lindsay Betteridge
 
E-Mail Address
john.e.mack5.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(john.e.mack5.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
 
Description
THIS IS A PRE-SOLICITATION SYNOPSIS ANNOUNCEMENT FOR THE DESIGN-BID-BUILD (DBB) CONSTRUCTION PROJECT P684 TRIDENT REFIT FACILITY (TRF) EXPANSION, NSB KINGS BAY, GA **AN ORGANIZED SITE VISIT HAS BEEN SCHEDULED for Thursday, May 11, 2023 at 9:00 AM ET.** Details below.� THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID.� NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation currently available.� In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated solicitation number is N6945023R0021. Project Description: The project includes construction and renovation of eleven facilities and temporary facilities. New facilities: Two new industrial process facilities includes a 41k SF paint blast shop and a 12k SF battery handling & machinery shop. Three new industrial storage facilities, 15k SF and 21k SF in size each. Expansion to two existing industrial shops, 6,500 SF and 1,200 SF expansion size each. Install (16) steel plates to existing concrete foundation to support Government equipment. Renovation/Modernization: Renovation/modernization to existing support building to provide 3,400 SF of administrative and shop spaces.� Existing electrical systems will be upgraded to accommodate new higher voltage shop industrial shop equipment. Renovation to existing support building to provide 2,000 SF of private offices.� Renovation includes reconfiguration of existing fire protection, mechanical, and electrical systems to support new offices. Renovation to existing support building to convert 3,800 SF of office space to industrial storage and shop space.� Renovation includes reconfiguration of existing fire protection, mechanical, and electrical systems to support new offices. Renovation to existing administration building to convert 300 SF of existing storage space to server room (raised floor is existing). Temporary Facilities: Constructs pre-engineered modular buildings supported by pedestals for the temporary facilities.� Temporary facilities will include a paint mixing area, a wash area, an open workspace, personnel support spaces, private offices, and shop activities. Demolition of these facilities will occur after construction is complete. Built-in Equipment: The following built-in equipment will be provided throughout the facilities:� 1-ton jib crane, (11) overhead bridge cranes (1-ton to 10-ton capacities), 5-axis routers, industrial wash out sink/drain, blast booth, industrial storage racks, central vacuum system, clean room safe, compressed air systems, deionized water cooling system, dust collector, 2-stop passenger elevator, eye wash stations, forklift charging station, and various test stands and tanks. Site Improvements: Retention pond expansion, roadways, asphalt and concrete pavement, parking sidewalks, equipment pads, sodding/grassing, pedestrian and bicycle features, signs, stormwater drainage features, temporary facility site work and site demolition. Electrical utilities include primary and secondary distribution systems, site lighting, site communication and security, and fiber optic cabling. Mechanical utilities include potable water lines, sanitary sewer lines, stormwater piping and distribution, natural gas piping, deionized makeup water treatment system and new chillers at existing chilled water plant. This project requires Early Contractor Involvement (ECI), in addition to a fast-track approach.� The initial contract will include a price for pre-construction services, an initial target price for construction and an initial target profit for construction. The Contractor shall provide preconstruction services to assist the Government in the development of a constructible, life-cycle cost effective facility. Preconstruction services include, without limitation, advice on the time and cost consequences of AE design decisions, market conditions, material availability, constructability and sequencing, in order to execute the project in accordance with the project schedule, and within the Ceiling Price. Ensure incorporation of these goals in project delivery. Consider all stages of the building lifecycle, including deconstruction, rehabilitation, re-purposing, or demolition. Any resultant contract is anticipated to be Fixed Priced incentive (Successive Targets) construction contract, with Early Contractor Involvement (ECI) and Fast Tracking.� The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $45,000,000.� The solicitation and contract shall include FAR Clause 52.211-10, Commence, Prosecution and Completion of Work, which will identify 975 calendar days (base and any options exercised) for contract completion from date of contract award.� Procurement Method: FAR Part 15, Contracting by Negotiation. The best value continuum source selection process to be used for this acquisition is the tradeoff process as described in FAR 15.102-1.� It is in the best interest of the Government to consider award to the best offeror whose proposal meets the requirements of the solicitation.� This is a new procurement. It does not replace an existing contract. No prior contract information exists.� Project Magnitude is between $100,000,000 and $250,000,000. The Sources Sought Notice for this acquisition was issued on 5 January 2023 and revised on 13 January 2023 via www.sam.gov.� As a result, from the market research, this acquisition will be solicited on an unrestricted basis with full and open competition.� Therefore, the solicitation will require the following FY23 Subcontracting Goals: SB-40%, SDB-5%, HUBZone-3%, WOSB-9%, SDVOSB-3%. Large business concerns will be required to submit a subcontracting plan prior to award of the contract.� This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted.�The Solicitation is anticipated to be released on or about May 1, 2023.� Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAME WEBSITE AT https://www.sam.gov/ FOR INSTRUCTIONS ON HOW TO REGISTER. **AN ORGANIZED SITE VISIT HAS BEEN SCHEDULED for Thursday, May 11, 2023 at 9:00 AM ET.� The initial participant meeting location will be at NAVFAC SE PWD Kings Bay, 910 USS Hunley Ave, B-2015, NSB Kings Bay, GA 31547.� From there we will proceed to the site location. ***IMPORTANT FOR BASE ACCESS TO SITE VISIT*** 1.� The potential site visit attendees are required to submit the SECNAV 5512 (Attachment A) for each individual planning to attend the site visit.� Submit the form to the following email address NOT LATER THAN May 2, 2023 by 2 PM ET: p684trf@us.navy.mil� �2.� Provide a completed list of your firm�s potential site visit attendees on the NAVFAC SE PWD Kings Bay Visitor Request Form (Attachment B).� Send Visitor Request Form of attendees to Terry Jones at p684trf@us.navy.mil (unsigned) NOT LATER THAN May 2, 2023 by 2PM ET.� Make sure you verify dates needed. Please note, if any potential site visit attendees have not had their backgrounds checked on Kings Bay Submarine Base in the past year, the SECNAV forms must be completed and submitted immediately, as it can take up to a week to get approved.� 3.� It is your responsibility to confirm with the appropriate personal listed above that the required forms you have submitted for the site visit have been received and approved, and that you are cleared for Base Access prior to the Site Visit. NOTE: On the day of the site visit, please ensure you arrive 1-2 hours in advance to allow for any unexpected delays at the Base gate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5401b0f4f8a046199ca9763f6a4199f9/view)
 
Place of Performance
Address: Kings Bay, GA 31547, USA
Zip Code: 31547
Country: USA
 
Record
SN06651343-F 20230416/230414230110 (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.