Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

Y -- Bridge 2 Structural Repairs, Portsmouth Naval Shipyard, Kittery, ME

Notice Date
2/16/2023 8:04:48 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2622
 
Response Due
3/2/2023 11:00:00 AM
 
Point of Contact
James Godwin, Phone: 7573411999
 
E-Mail Address
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Bridge 2 Structural Repairs, Portsmouth Naval Shipyard, Kittery, ME. Scope of work to include, but not be limited to: Recoating of the steel elements will consist of cleaning the steel with a blast media in accordance with SSPC-SP10 Near-White Blast Cleaning. The blast media will need to be contained and disposed of appropriately. Once the steel elements have been cleaned and properly prepared, a coating system will be applied in accordance with the coating manufacturer�s recommendations. The Contractor will also be required to provide a sound barrier to reduce the noise projected out to the surrounding areas during coating operations. Steel repairs on the bridge will involve replacing or repairing steel elements that are heavily corroded mostly consisting of bracing elements, stiffener plates and safety railings. The steel repairs will be performed prior to the installation of the new coating system. Miscellaneous repairs to the bridge include repairing concrete spalls in the curb, repairing the compression seal in the expansion joint, and replacing deteriorated or missing scupper ends. The repaving of Bridge 2 and the south approach involves removal of the existing asphalt and installation of new asphalt in accordance with Maine DOT standard specifications. The installation of an AASHTO and Maine Department of Transportation (DOT) compliant vehicle guardrail system. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $7.5 million dollars or greater. Scope: Repairs and recoating of a historic steel bridge, installation of vehicle guardrails, and repairs and resurfacing of the bridge deck and approaches. Complexity: Projects submitted must demonstrate experience with all elements: a)�������� Experience with renovation to a historic government structure b)�������� Experience with sequencing, phasing, and traffic management requirements c)�������� Experience with over water construction from a barge d)�������� Experience with removal of existing coating system, surface preparation, and recoating of steel bridges Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. The North American Industry Classification System (NAICS) Code for this project is 237310, Highway, Street, and Bridge Construction, with a small business size standard of $45,000,000. In accordance with DFAR 236.204(i), the magnitude of construction for this project is between $10,000,000 and $25,000,000. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. Upon review of industry response 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. Points of contact listed may be contacted for the purpose of verifying performance. The submission package shall be submitted electronically to James Godwin via email at james.a.godwin41.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Thursday, 02 March 2023 at 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9a30285f3e74332bc11d527b9b17b54/view)
 
Place of Performance
Address: Kittery, ME, USA
Country: USA
 
Record
SN06594584-F 20230218/230216230119 (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.