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, 2016 FBO #5440
SOLICITATION NOTICE

Y -- Dry Dock 1 Defueling Complex, Portsmouth Naval Shipyard, Kittery, ME

Notice Date
10/13/2016
 
Notice Type
Presolicitation
 
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
N4008516R3036
 
Point of Contact
Crystal Godwin 757-341-1986
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N40085-16-R-3036 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for a design-bid-build construction project for Dry Dock #1 Defueling Complex at Portsmouth Naval Shipyard in Kittery, ME. PROJECT DESCRIPTION: The work includes the construction and fabrication of several enclosures and passageway sections for use at Dry Dock #1. The Defueling Complex is made up of several enclosures, which are summarized below: Foundation: Includes the foundation infrastructure for the enclosures. Site: Includes supporting site infrastructure for the enclosures. M-140 Towers: Included are 4 work levels including the ground level for radiological processing activities. Each tower includes a movable roof and a 5-ton SPS bridge crane. Railcar Enclosure: Houses M-140 railcar. Storage Enclosure: Provides access and storage means between the two towers. DRE-7: Dockside Refueling Enclosure - Serves as a utility enclosure for storage, radiological processing activities, and grapple changeout. Enclosure includes a movable roof and 5-ton SPS bridge crane. Another section of the DRE-7 has two roof hatches. RAE-SP-6: Reactor Access Enclosure Support Platform - Enclosure is welded to the submarine hull to support reactor servicing activities. Structure includes a floor opening for access into the hull. Structure serves to support the RAE-4 and is limited in weight by the portal crane capacity. The structure is stored dockside while not in use. RAE-4: Reactor Access Enclosure - Enclosure attaches to the RAE-SP-6 to support reactor servicing activities. Structure includes a floor opening for access into the RAE-SP-6 as well as work spaces. Enclosure includes a movable roof and a 5-ton SPS bridge crane and is limited in weight by the portal crane capacity. The structure is stored dockside while not in use. ACE-3: Access Control Enclosure - Serves as the main entry point to the Radiologically Controlled Areas (RCAs) via passageways. Enclosure houses lockers and portal monitors as well as the security, communications, and fire alarm complex infrastructure. Passageways: Consist of dockside and shipboard passageways for access to all the enclosures. Passageways consist of existing passageway infrastructure from a previous deactivation as well as new passageways. Included in the shipboard passageways is a rotatable passageway that can be rotated to allow portal crane movement along the south side of Dry Dock #1. The passageways also include a shipboard passageway connection from dockside to the RAE-SP-6. The Dry Dock and surrounding buildings will be occupied during performance of work under this Contract. Other areas adjacent to the project site will also be under construction during the performance of this Contract. This solicitation is being advertised as Unrestricted for full and open competition. This is a source selection procurement requiring both non-price (technical) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 - Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $36,500,000. A Sources Sought notice was issued on 19 Sep 2016 to be responded to by 03 Oct 2016. There was one response to this sources sought. Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. The activity small business office concurs with this decision. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 28 Oct 2016. All documents will be in Adobe Acrobat PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation will be https://www.neco.navy.mil or www.fbo.gov. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) and the Online Representations ad Certifications Application (ORCA) database (https://orca.bpn.gov). Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for Federal contract awards. Questions regarding this notice should be directed to Crystal Godwin at crystal.godwin@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R3036/listing.html)
 
Record
SN04303344-W 20161015/161013233914-1d0ff8d1fd3ac5c7e23012dff2a3dbff (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.