DOCUMENT
Z -- Structural Steel Recoating and Repair, Bridge 2, PNSY - Attachment
- Notice Date
- 3/21/2018
- Notice Type
- Attachment
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008518R8718
- Response Due
- 4/4/2018
- Archive Date
- 9/30/2018
- Point of Contact
- Rachel Honecker
- E-Mail Address
-
.honecker@navy.mil
- 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 Structural Steel Recoating and Repair, Bridge 2 at Portsmouth Naval Shipyard in Kittery, ME. The project will provide extensive coating and structural repairs to Bridge #2 of Portsmouth Naval Shipyard. The existing Bridge #2 is one of two bridges that span the back channel section of the Piscataqua River to provide vehicular and pedestrian access from Kittery, Maine into the Portsmouth Naval Shipyard facility on Seavey Island. This is a highly congested site that requires restrictive work sequencing with limited areas available for contractor work, material and equipment storage. The work includes removal and replacement of the failed coating system on the super structure, targeted pier, abutment, expansion joint, and structural repairs, demolition, removal, and replacement of failing bridge safety railings, reconstruction of the north and south approaches to include replacement of the active vehicle barrier systems, removal and replacement of the asphalt pavement overlay on the bridge deck and repair of the concrete bridge deck, hazardous materials, electrical and communications conduits, and incidental related work. All contractors that perform surface preparation or coating applications shall be certified to SSPC QP 1, SSPC QS 1, and SSPC QP 2 prior to contract award and maintain qualifications throughout performance of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238320 “ Painting and Wall Covering 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 September 2018. 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 two (2) 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: A final construction cost of $2,000,000 or greater. Scope: Coating and structural repair of bridges or other large engineered steel structures such as piers, water towers, and oil storage tanks. Complexity: Each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the elements below must be established throughout the submitted relevant projects. a)Experience with highly congested sites that require restrictive work sequencing; b)Experience with removal and replacement of coating systems on bridges, or other large engineered steel structures such as piers, water towers, and oil storage tanks; c)Experience with providing containment structures for blast/paint operations on structures above tidal waters; d)Experience with blast removal of coating systems containing hazardous materials; e)Experience with concrete repairs to bridge decks; f)Experience with repair or replacement of damaged structural steel components of large engineered steel structures. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. 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 04 APRIL 2018 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Rachel Honecker at rachel.honecker@navy.mil. Attachments are limited to a total of 5MB.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R8718/listing.html)
- Document(s)
- Attachment
- File Name: N4008518R8718_Project_Matrix_18R8718.xlsx (https://www.neco.navy.mil/synopsis_file/N4008518R8718_Project_Matrix_18R8718.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R8718_Project_Matrix_18R8718.xlsx
- File Name: N4008518R8718_Project_Information_Form_18R8718.docx (https://www.neco.navy.mil/synopsis_file/N4008518R8718_Project_Information_Form_18R8718.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R8718_Project_Information_Form_18R8718.docx
- File Name: N4008518R8718_Contractor_Information_Form_18R8718.docx (https://www.neco.navy.mil/synopsis_file/N4008518R8718_Contractor_Information_Form_18R8718.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R8718_Contractor_Information_Form_18R8718.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008518R8718_Project_Matrix_18R8718.xlsx (https://www.neco.navy.mil/synopsis_file/N4008518R8718_Project_Matrix_18R8718.xlsx)
- Record
- SN04862580-W 20180323/180321231419-0c178e7cb4d649a6e3b1c502c7a88341 (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 |