Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOURCES SOUGHT

Y -- Structural Stabilization and Repair to Berth 1, 2A, and 2B, Portsmouth Naval Shipyard, Kittery, ME

Notice Date
4/19/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008512R1736
 
Response Due
5/4/2012
 
Archive Date
5/19/2012
 
Point of Contact
Lynn Lovejoy 757-341-1982
 
E-Mail Address
Lynn.Lovejoy@navy.mil
(Lynn.Lovejoy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design/Bid/Build Construction Services for Structural Stabilization and Repair to Berth 1, 2A, and 2B, Portsmouth Naval Shipyard, Kittery, ME. The magnitude of this construction project is between $10,000,000 and $25,000,000. Description of proposed project: This project will provide structural stabilization and repairs to Berth 1, 2A, and 2B at Portsmouth Naval Shipyard in Kittery, ME. Stabilization of the existing 1100 linear feet of granite block quaywall will be accomplished by construction of a steel H-pile supported reinforced concrete relieving platform located landside of the existing granite quaywall, and compaction grouting behind and through the quaywall. The project will also remove approximately 1100 LF of abandoned railroad track. The mooring hardware will be repaired or replaced as necessary to provide adequate capacity for the berthing of submarines, barges, and miscellaneous surface vessels. The deck structure will be repaired to eliminate sinkholes. The finish elevation of the pier will be raised by approximately 2 ft and the entire 75,000+- square foot area between Berth 1 and berth 2 will be repaved or concrete slabs installed. Lead paint remediation and asbestos abatement will be required for general site demolition. All existing active and abandoned utility infrastructure will be removed from the site, including steam, condensate, compressed air, hot water, electrical, potable water, sewer, and storm water. New steam, condensate, compressed air, potable water, sewer, storm drainage, and electrical utilities and site lighting will be provided on the pier. New utilities will be connected to existing distribution systems at the limits of work and routed in trenches and tunnels to service connections along the edge of the pier. All Service Disabled Veteran (SDV) small businesses certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. The appropriate NAICS code for this procurement is 237990. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis 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 ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small business firms submit to the Contracting Officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1)Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. (2)Past Experience in performing Design/Bid/Build projects within the last 5 years; (3)Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. 7. Annual revenue RESPONSES ARE DUE NLT 04 May 2012, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT 9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214) Norfolk, Virginia 23511-3689 Attn: Lynn Lovejoy Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Lynn Lovejoy either by email at lynn.Lovejoy@navy.mil or phone 757-341-1982 or Gary Milton by either email at Gary.Milton@navy.mil or telephone 757-341-1999.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1736/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard (PNSY)
Zip Code: NAFAC MidAtlantic
 
Record
SN02726687-W 20120421/120420000412-4d7ee0fcf46355128a9878ddb8753240 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.