DOCUMENT
Y -- Repair of the North and South Helix House Ice Shields located in Cutler, Maine. - Attachment
- Notice Date
- 11/1/2017
- Notice Type
- Attachment
- 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
- Solicitation Number
- N4008517R5068
- Point of Contact
- Amanda Bricker 757-341-1979
- Small Business Set-Aside
- N/A
- Description
- 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 Repair of The North and South Helix House Ice Shields Located In Cutler, Maine. PROJECT DESCRIPTION: This solicitation will result in a Firm-Fixed-Price (FFP) contract, for the repair of the North and South Helix House Ice Shields located in Cutler, Maine. The project repairs the North and South Helix House Ice Shields through replacement. In total three (3) new Ice Shields will be replaced. Steel components utilizing a corrosion resistant finish will be used in order to fight future corrosion buildup from constant exposure to the salt air. Each Helix House has three ice shields; one at each end of the building located above the roof. The ice shields consist of exposed structural steel frames that cantilever out and over each of the bushings and antenna cabling to protect them from falling ice. Their primary function is to protect the communications ceramic bushing hub from large chunks of ice routinely falling from approximately 875 above. The communications ceramic bushing hub is the critical distribution point for cabling from the Helix House to the surrounding antenna array. The ice shields were inspected and found to be in an advanced state of deterioration with significant structural failures to key components of the ice shields. Key components to be repaired include: temporary support, scaffolding, roof protection, testing and inspections, cranes, ice shield plate and supports, structural frames and trusses, corrosion resistant coating systems, column connections, roof patching, platforms and access ladders. The completion time for this contract is 305 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 Lowest Price Technically Acceptable Source Selection Process at FAR 15.101-2. 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 $10,000,000 and $25,000,000. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237130 “ Power and Communication Line and Related Structures Construction, and the Small Business Size Standard is $36,500,000. A Sources Sought Notice was issued on 22 September 2017 to determine the capability of small businesses to perform the requirement. The Sources Sought notice yielded five (5) responses. 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 15 November 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 Amanda Bricker at amanda.bricker@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5068/listing.html)
- Document(s)
- Attachment
- File Name: N4008517R5068_Pre_Solicitation_Notice.docx (https://www.neco.navy.mil/synopsis_file/N4008517R5068_Pre_Solicitation_Notice.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R5068_Pre_Solicitation_Notice.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008517R5068_Pre_Solicitation_Notice.docx (https://www.neco.navy.mil/synopsis_file/N4008517R5068_Pre_Solicitation_Notice.docx)
- Record
- SN04728496-W 20171103/171101230817-9bee7a731e6162d1a784ad0f0b8f2bd2 (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 |