Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2017 FBO #5522
MODIFICATION

Z -- Major Mechanical and Electrical System Upgrades

Notice Date
1/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517R5016
 
Point of Contact
Brett Garnett 757-341-1980
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing design-bid-build (DBB) construction services for project RM 7-01, Building 1029, at the Naval Foundry and Propeller Center, NAVSUPPACT Mechanicsburg, Pennsylvania (DET Philadelphia Navy Yard (PNY) Annex, Philadelphia, PA. The purpose of this project is to repair the existing electrical system in Building 1029 at the Naval Foundry and Propeller Center (NFPC), to provide a safe, environmentally controlled work area. Building 1029 is a 90,180 SF high bay industrial facility that was constructed in 1979. It is the inside machine shop for the Naval Foundry and Propeller Center and is responsible for the milling of all sizes of propellers for surface ships and submarines. Building 1029 equipment includes propeller profilers, PROMS (Propeller Robotic Optical Milling System), and various others milling machines, lathes, saws and grinders in support of the propeller manufacturing operations. These large profilers can mill propellers up to 24 feet in diameter and require a controlled environment to maintain milling tolerances. This project will repair the existing HVAC system and the installation of Air Conditioning in the High Bay of Building 1029. These repairs, replacements and equipment additions will improve the workplace environment inside the machine shop of Building 1029 at the NFPC with improved heating and ventilation to support ship and submarine propeller manufacturing and shall meet the operational requirements of manufacturing propellers within the specified temperature range to maintain its ™ critical tolerance level for the future profilers to be located in the central bays of Building 1029. This Project will also replace the low voltage 480V aluminum cables with copper wiring between the substation and various power panels. In addition, all aluminum conductors from distribution panel boards to subpanels and associated transformers will be removed and replaced with copper conductors. New circuits will also be provided for the new equipment, and smoke detectors, with required fire alarm system interfacing in compliance with National Fire Protection Association (NFPA) requirements. Lastly, this project scope will also include the removal of abandoned steam lines and asbestos-containing and other hazardous materials. The work on this project must be performed in such a manner to prevent the equipment and operations housed within Building 1029 to not be visible when the replacement work is performed. The Contractor must coordinate with the Naval Foundry and Propeller Center to establish a construction phasing and sequence of construction which will meet the user requirements for continued operation and result in the least amount of disruption to the propeller shop operations and in a manner which would allow the Contractor to complete the work to achieve these requirements. Due to the layout of the equipment within the building and continued operation of the existing cranes within the building, construction of scaffolding or work platforms within the building is not feasible. The building must remain operational during all work of this project due to the nature of the propeller shop activities, work schedule which must be maintained and 24/7 shift work hours. Equipment will be allowed to be taken off-line for scheduled time frames as the work schedule/flow allows providing areas to allow overhead work to be performed. This will result in work phasing requirements. A work phasing sequence plan shall be established in coordination with the user. The Contractor will be required to follow this sequence of work indicated. The user, through the Contracting Officer Representative (COR), will be allowed to alter the sequence and direct the Contractor to work in a different area, based on scheduled equipment use. All use of Contractor supplied and utilized cranes, lifts, and booms must be coordinated with the COR, NAVFAC MIDLANT, and the Navy Crane center thru the COR. Any use of cranes, lifts or booms within the building must be transparent to the operation of the building user operations. The Contractor will not be allowed to utilize the existing bridge cranes within the building. Building 1029 is a restricted entry building located at the Navy Yard, Philadelphia, PA. Contractors must employ United States citizens and the Contractor must obtain CONFIDENTIAL Clearance for all personnel working in Building 1029. The company must first obtain clearance, and then all employees must obtain CONFIDENTIAL Clearance. Contract Clause FAR 52.204-2, Security Requirements and Alternate II, FAC 5252.236-9301, Special Working Conditions and Entry to Work Area, applies. Contractor personnel and other personnel associated with the Contractor in performing the work specified under this contract work must comply with the security requirements and classification of this procurement as indicated in Form DD 254. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238210 “ Electrical Contractors and Other Wiring Installation Contractors, and the Small Business Size Standard is $15,000,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that śThe concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. ť This office anticipates award of a contract for these services by May 2017. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. A relevant project is further defined as: Size: Final construction cost greater than five million dollars ($5M). Scope: Construction or renovation of an industrial manufacturing facility or technical research center with major mechanical and electrical system upgrades, including HVAC and lighting. Complexity: Phased building construction activities where the facility remaining occupied during construction. Ensure that the project description clearly identifies whether the project is new construction or renovation, provides the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Please note that if you are responding as an 8(a) Mentor-ProtĂ©gĂ©, you must indicate the percentage of work to be performed by the protĂ©gĂ©. A copy of the SBA letter stating that your 8(a) Mentor-ProtĂ©gĂ© agreement has been approved would be required with your proposal, if requested. This notice 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 a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government ™s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 06 January 2017 at 2:00 PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Brett Garnett at brett.garnett@navy.mil Attachments are limited to a total of 5MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5016/listing.html)
 
Record
SN04362367-W 20170105/170103234557-c2198bd2d58a871fdae0e8c00bf04a07 (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.