Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 15, 2015 FBO #5074
SOURCES SOUGHT

38 -- Dry Dock 6 Modernization and Utility

Notice Date
10/13/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, Washington, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N4425516MKTG3
 
Archive Date
11/11/2015
 
Point of Contact
Michael Yourkoski, Phone: 3603960237
 
E-Mail Address
michael.yourkoski@navy.mil
(michael.yourkoski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 237990 Other Heavy and Civil Engineering Construction. The applicable size standard is $36.5M, average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, 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 project will be located at Bremerton, WA. The general scope of this requirement consists of the renovation and modernization Puget Sound Naval Shipyard and Intermediate Maintenance Facility's (PSNS & IMF) Drydock 6's (DD6) service tunnels and service galleries with improvements to structural, industrial power, and compressed air capability. • Industrial Power Improvements consist of providing primary power feed for the east and west sides to be different to allow continuity of operations in the drydock. This work also includes the removal of existing industrial power system. Commissioning will be required. • Compressed Air Improvements include the construction of a new compressor building to house the new compressor which will be routed to the compressed air distribution to DD6 via new piping system. • Structural improvements include raising the service gallery wall. Elevated platforms are included to maintain usability of the gallery opening for workers after the wall height is raised. • Hazmat remediation includes soils remediation and disposal. The estimated total contract price range, per DFAR 236.204, is between $15,000,000 and $25,000,000. This procurement shall be in accordance with FAR 52.225-11/12, Buy American Act - Construction Materials under Trade Agreements. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design-bid-build construction contract for work similar in size scope and complexity. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. 1. Name of the Firm, DUNS number, address and point of contact information. 2. Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 3. Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4. Identify that you are willing to work at the specified location. 5. Experience: Using the Sources Sought Information Form, submit a maximum of five(5) projects describing the government or commercial contracts/projects your firm has completed in the last five (5) years. Firms must demonstrate experience in the construction of facilities that are similar in size, scope, and complexity as indicated in this announcement. a. Firms shall demonstrate the following 2 types of experience listed under the first 2 bullets below within the 5 projects submitted in order to be considered. The third type of experience is desired. -Construction of high bay equipment and storage facilities. • Minimum project cost of $10,000,000 • Minimum size of facility: 5,000 square feet • Contract completion no earlier than 8 October 2010 -Modernization of utilities including compressed air and medium voltage (11.5kV/480V) electrical systems. • Minimum project cost of $10,000,000 • Contract completion no earlier than 8 October 2010 -Construction within controlled industrial area locations and/ or similar limited security areas • Contract completion no earlier than 8 October 2010 c) For each of the contracts/project submitted for experience, provide the • Title • Location • Whether prime or subcontractor work • Contract or subcontract value • Type of contract • Identify if design-build or design-bid-build • Contract completion date • Customer point of contact including phone number • Narrative description of the product/services provided by your firm Projects must have had a construction completion date no earlier than 8 October 2010 in order to be considered. Projects that do not include all information requested will not be considered when determining if qualified experience has been demonstrated. Please respond to this sources sought announcement by 2:00 p.m. Tuesday, October 27, 2015 to Department of the Navy, Naval Facilities Engineering Command, Northwest, Non-Regional Contract Team, Attn: Michael Yourkoski, 1101 Tautog Circle, Silverdale, WA 98315. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All solicitations for NAVFAC Northwest are available at www.neco.navy.mil with beginning with "N44255". No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC-NW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425516MKTG3/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bremerton, Washington, United States
 
Record
SN03920738-W 20151015/151013234516-2935ecc9f0c65612f4271fb0eb5421fb (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.