SOLICITATION NOTICE
Y -- P-371, Utility Investment for Nuclear Facilities located at Portsmouth Naval Shipyard in Kittery, Maine
- Notice Date
- 8/1/2017
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures 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
- N4008517R5010
- Point of Contact
- Brittany Cristelli 757-341-1974
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N40085-17-R-5010 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 (DBB) construction project for the P-371, Utility Investment for Nuclear Facilities located at Portsmouth Naval Shipyard in Kittery, Maine. PROJECT DESCRIPTION: This acquisition will result in a Firm-Fixed-Price (FFP) Design-Bid-Build (DBB) construction contract for P371, Utilities Investment for Nuclear Facilities, Portsmouth Naval Shipyard located in Kittery, Maine. The work includes the construction of comprehensive utility backbone which includes an electrical substation on the pier between Berths 1 and 2 and provides integrated shore power to Dry Dock 1. Creating this substation will meet recently adopted standby power requirements for nuclear-powered submarines. It also integrates primary and standby power for the Dry Dock 1 Nuclear Load House and the Defueling Complex, and integrates Power Integration Distribution Centers (PIDC) currently being constructed by Naval Sea Systems Command to meet standby power requirements. PIDCs allow the nuclear-powered submarines to rapidly transfer loads between commercial and backup power sources as needed during test evolutions and outages with low risks to equipment and personnel. Project provides improvements to steam, compressed air and water distribution capabilities to Berths 1 and 2. This measure is required to ensure Berths 1 and 2 are complete and useable by meeting capacity requirements for all current submarine platforms. The repairs will be on the electrical underground infrastructure along Berth 11 to include manholes, duct banks, ungrounded and grounded AC shore power boxes, and 13.2 kV feeders. Due to subsurface instability issues and to improve system access, a utility tunnel will be created, housing electrical and mechanical distribution systems along the berth. Project provides 480 VAC industrial services supporting Dry Dock 1 and Berth 11. The completion time for this contract is 1264 calendar days after award. This solicitation is being advertised as Unrestricted for full and open competition. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. 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 237130 “ Power and Communication Line and Related Structures, and the Small Business Size Standard is $36,500,000. A Sources Sought Notice was issued on 02 February 2017 to determine the capability of small businesses to perform the requirement. The Sources Sought notice yielded only one (1) response. 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. NAVFAC Mid-Atlantic ™s Office of Small Business Programs 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 21 August 2017. All documents will be in Adobe PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is https://www.neco.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. 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). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Brittany Cristelli at brittany.cristelli@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5010/listing.html)
- Record
- SN04606674-W 20170803/170801231953-a473bf7f883189884168fc53744a1609 (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 |