Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
MODIFICATION

Z -- FY16 RMe Utility Repair Projects

Notice Date
1/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Portsmouth Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008516B9319
 
Response Due
1/13/2016
 
Archive Date
3/28/2016
 
Point of Contact
Bridget R. Bartolomei 207-438-4609
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid Atlantic, Public Works Department Maine, is seeking eligible business firms capability of performing a construction contract for repair by replacement of water, sewer, steam and condensate, and compressed air utility distribution systems in various locations on Portsmouth Naval Shipyard, Kittery, ME. This solicitation is being advertised as a total small business set aside. The Request for Proposal (RFP) will be issued on or about 01/18/2016. The procurement method is Sealed Bidding, FAR Part 14. A proposal due date of approximately 02/18/2016 is anticipated for the subject project. Project description: The project includes six (6) sub-projects for repair by replacement of portions of utility distribution systems located at Portsmouth Naval Shipyard. Work locations vary by project. The project descriptions identify location as within Controlled Industrial Area (CIA) and outside of Controlled Industrial Area (Non-CIA). The primary objective of this project is to restore and modernize (RM) the affected portions of utility distribution with an emphasis on reducing energy losses thereby saving energy (e), altogether classified as RMe projects. Ancillary work includes, but not limited to, repair of railroad trackage in areas necessitated by the project excavation. The six sub-projects include: PROJECT #1, RMe Repair Steam and Condensate Center Loop (B174, B291, B277 area) (RM14-0206) (CIA): Replace steam and condensate piping servicing waterfront production and nuclear control facilities. PROJECT #2, RMe Repair Steam and Condensate PNSY Bldg 180 to Bldg 300 (RM14-0205) (CIA): Replace condensate piping and steam piping between the Decompression Chamber/Production (Bldg 180) and the Central Machine Shop (Bldg 300). PROJECT #3, RMe Repair Steam and Cond PNSY Sloat and Winslow Avenues (RM14-0210) (Non-CIA): Replace condensate and steam piping along Sloat and Winslow Avenues from manhole 149B to Building 300. Provide insulation on both systems. Replace concrete trench covers. PROJECT #4, RMe Repair Water System PNSY Sloat, Winslow, and Beaumont Ave (RM14-0212) (Non-CIA): Replace water main along Winslow, Sloat, and Beaumont Avenues to address increasing occurrences of pipe breaks and associated energy losses from uncontrolled flow. PROJECT #5, RMe Repairs Sewer System Basewide (RM14-0198) (CIA and Non-CIA): Project will clean inspect and install cast in place pipe liners (CIPPL) in existing sanitary sewer, install cast in place (CIP) spot repairs, install new piping to repair portions of piping where neither CIP or CIPPL are viable solutions, and make repairs to manholes. PROJECT #6, RMe Repair Comp Air Piping Dry Dock #2 Head End (RM14-0209) (CIA): Replace compressed air piping adjacent to Dry Dock 2 between the Power Plant (Bldg 72) and Manhole 77. Period of Performance: The anticipated contract completion date 09-30-2016. Contract Magnitude: The magnitude of this construction project is between $5,000,000 and $10,000,000.00 IAW DFARS 236.204. The Northern American Industry Classification System (NAICS) code for this project is 237110. General Information: Please be advised of on-line registration requirements in the System for Awards Management (SAM) database www.sam.gov and directed solicitation provisions concerning electronic annual Online Representations and Certifications (ORCA) at https://orca.bpn.gov ; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The solicitation once posted will be available in electronic format only. All documents will be in Adobe Acrobat PDR file format on the NAVY ELECTRONIC COMMERCE ONLINE. The address is https://www.neco.navy.mil/. Contractors are asked to register in the site when downloading from NECO. ONLY REGISTERED CONTRACTORS WILL BE NOTIFIED WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. Please forward technical inquiries in WORD format to Bridget R. Bartolomei via E-Mail at: bridget.bartolomei@navy.mil Primary POC: Bridget R. Bartolomei Phone: (207) 4609 Email: bridget.bartolomei@navy.mil Secondary POC: Matt ThomsenPhone: (207) 438-4620 Email: matthew.j.thomsen@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008516B9319/listing.html)
 
Record
SN03984319-W 20160108/160106234731-33542cad4b9f9715e44cfc831691c5ad (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.