Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
DOCUMENT

Z -- RM09-0817 DBB CEP-175 and Z-308 Bulkheads Repairs at Naval Station Norfolk - Attachment

Notice Date
3/17/2016
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R6153
 
Response Due
3/31/2016
 
Archive Date
4/15/2016
 
Point of Contact
Jeff Haycox @ (757)341-2074
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR THE DESIGN-BID-BUILD REPAIR OF CEP-175 and Z-308 BULKHEADS AT NAVAL STATION NORFOLK IN NORFOLK, VA. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic is seeking Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel and capability of performing construction services for repairs of the CEP-175 and Z-308 Bulkheads at Naval Station Norfolk in Norfolk, Virginia. The proposed project includes the following: For the west half of the CEP-175 Bulkhead, provide steel sheet pile fascia wall in front of the existing concrete sheet pile to mitigate fill loss of the retained soil. Place granular fill, rip rap, geotextile fabric and armor stone, underwater, in front of the bulkhead to bring the existing soil elevation up from -30 ft (+/-) below mean lower low water to -20 feet in order to stabilize the bulkhead and resist future washout. The existing grade behind the bulkhead will be excavated approximately 10 feet down and 20 feet back to expose the existing cast in place seawall and bulkhead anchor tie backs. The seawall will be demolished and rebuilt and new anchorage will be provided between the new steel sheet pile and the existing tie backs. The existing timber fender piles will be demolished and a composite timber pile fender system will be provided along the bulkhead. Mooring cleats will be provided along the seawall. Work will expose and may involve underground and surface mounted utilities, including temporary supports, connections and disconnects, repair and replacement of storm water, potable water, electrical, communications, oily waste, sanitary sewer, telecommunications, as well as abandoned lines such as for fuel. Dewatering may be necessary for some of the work, as well as underwater inspections and dive work. Phasing and coordination of the project will be required to minimize impact to Navy fleet operations. During construction, the piers will remain operational. Existing soils may be contaminated. For the remaining half of the CEP-175 Bulkhead, provide repairs at seawall expansion joints, concrete repairs, mooring cleat replacement and pavement repairs. Demolish the existing timber fender system and provide a new composite pile fender system. Provide a composite sheet pile system behind the deteriorated steel sheet pile at Patriot ™s Point. Cut the existing steel sheet pile system to the waterline and provide rip rap to stabilize the remaining shoreline. Along the Z-308 bulkhead south of Pier 6 and between Piers 6 and 7, provide supplementary composite piles and provide repairs to existing the mooring system including demolition of failed components. Along the bulkhead between Piers 6 and 7, provide a continuous grout curtain behind the bulkhead to mitigate fill loss between the existing concrete sheet piles. The estimated construction cost is between $10,000,000 and $25,000,000. The anticipated award of this contract is September 2016. The North American Industry Classification System (NAICS) Code for this project is 237990, Other Heavy and Civil Engineering Construction, with a small business size standard of $36.5 million. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-4, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Data Form. The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm ™s small business status. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. 4) Experience: Submit a minimum of three (3) and a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within the ten (10) years prior to the submission due date. A relevant project is further defined as: Size: Construction cost of $15,000,000 or greater. Scope: Repair or construction of steel and concrete sheet pile bulkheads and pile fendering systems. Complexity: Projects with characteristics such as: sheet pile bulkhead construction, underwater construction repairs, fender pile repairs, civil site work and soil stabilization using grout injection. All projects must meet the size requirement. A combination of projects can be used to collectively meet the scope/complexity requirements as listed above. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Thursday, May 31, 2016 by 2:00 P.M. Eastern Time. The submission package shall ONLY be submitted electronically to Jeff Haycox via email at jeffrey.haycox@navy.mil and MUST be limited to a 10Mb attachment. You are encouraged to request a read receipt. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email at jeffrey.haycox@navy.mil. Note: Sources Sought number may be different from the Solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R6153/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R6153_Sources_Sought_Contractor_Info_Form_-_RM09-0817.docx (https://www.neco.navy.mil/synopsis_file/N4008516R6153_Sources_Sought_Contractor_Info_Form_-_RM09-0817.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R6153_Sources_Sought_Contractor_Info_Form_-_RM09-0817.docx

 
File Name: N4008516R6153_Sources_Sought_Project_Data_Form_-_RM09-0817.docx (https://www.neco.navy.mil/synopsis_file/N4008516R6153_Sources_Sought_Project_Data_Form_-_RM09-0817.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R6153_Sources_Sought_Project_Data_Form_-_RM09-0817.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04053843-W 20160319/160317234940-a76625e17b97231dbc0da0cb8bdf3498 (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.