Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
DOCUMENT

Y -- DESIGN BID BUILD (DBB) P-310 DRY DOCK 1 SUPER FLOOD BASIN, P-1074 EXTEND PORTAL CRANE, PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY MAINE - Attachment

Notice Date
10/23/2018
 
Notice Type
Attachment
 
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
 
Solicitation Number
N4008519R9022
 
Response Due
10/30/2018
 
Archive Date
6/30/2019
 
Point of Contact
John Bishop
 
E-Mail Address
.bishop1@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR DESIGN BID BUILD (DBB) P-310 DRY DOCK #1 SUPER FLOOD BASIN, P-1074 EXTEND PORTAL CRANE, PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY MAINE Notice Type: Sources Sought Solicitation No: N40085-19-R-9022 Date: 23 October 2018 Response Date: 30 October 2018 15:00 EDT Classification Code: Y-Construction of Structures and Facilities NAICS Code: 237990 Other Heavy and Civil Engineering Construction Small Business Size Standard: $36.5m Magnitude of Construction: $100,000,000 to $250,000,000 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Dry Dock #1 Super Flood Basin and a Portal Crane Extension, Portsmouth Naval Shipyard, Kittery, Maine. These projects propose various upgrades to Dry Dock #1, and Berths 1, 2, and 11 at the Portsmouth Naval Shipyard (PNS) as part of the shipyard s effort to meet mission requirements and return vessels to the naval fleet. The proposed upgrades are divided into two separate projects that will be awarded together: P-310 and P-1074. The P310 upgrades include the construction of a super flood basin at the entrance to Dry Dock #1. This project includes: constructing a basin closure wall with entrance structure and caisson seat and repurposing the existing Dry Dock #3 caisson gate; extending the Flatiron Pier (Berths 1 and 2) to the new closure wall; increasing the height of the basin wall at Berth 1; installing metal sheeting in front of Berth 1 to prevent water exfiltration; dredging the area in front of Berth 1; and installing water-tight enclosures around each of the service galleries inside Dry Dock #1. In addition, new portal crane rail will be installed along Berths 1, the basin closure wall, and the western portion of berth 2. Fender panels will be added to Berth 2. Project P-1074 involves upgrades to the portal crane rail and the addition of train rail, as well as upgrades to existing utilities. Specifically, this project includes: providing a high capacity crane rail/test area for heavy lift access along the south side of the Reactor Servicing Complex (this will require grade changes, a retaining wall, and site layout adjustments); extension of portal crane rail to the eastern portion of berth 2; increasing the load capacity of the existing portal crane rail foundations at Dry Dock #1 and the turnout to Berth 11; adding a new train rail spur from Berth 1 to the planned Refueling Complex; providing a new access tunnel under the existing crane rail foundations between Dry Dock #1 and the Reactor Servicing Complex; providing various electrical upgrades, such as crane heater circuits, industrial power, and area lighting; adding a substation, transformer, and secondary substation in the Berth 2 shore power substation, as well as necessary electrical distribution feeds; providing a communication system conduits between the planned Refueling Complex and Dry Dock #1; and providing pure water piping from the planned Refueling Complex to the planned pure water pad. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government s best interest. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services in December 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) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $25 million dollars or greater. Scope: New construction, renovation, or repair of large waterfront facilities including, piers, bulkheads, wharfs, quaywalls, dry docks, bridges, water-retaining structures (locks or dams), off-shore fixed production facilities, or other large marine structures. Complexity: Each project submitted does not require demonstrated experience with all of the following components, but collectively, they must demonstrate experience with all elements: a)Experience with installation of marine deep foundation systems such as drilled shafts or rock socketed structural supports, b)Experience with marine pile driving such as sheets piles, steel piles, concrete piles, or pre-cast concrete piles, c)Experience with complex, tightly controlled scheduling, sequencing and/or phasing requirements, d)Projects completed in highly congested, urban, or industrial areas with limited construction laydown space. 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-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It 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 issuance of an award. 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 synopsis. 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. The package shall be submitted electronically to John Bishop via email at john.p.bishop1@navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Tuesday, 30 October 2018 at 15:00 EDT. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9022/listing.html)
 
Document(s)
Attachment
 
File Name: N4008519R9022_Contractor_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008519R9022_Contractor_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008519R9022_Contractor_Information_Form.docx

 
File Name: N4008519R9022_Project_Information_Form.docx (https://www.neco.navy.mil/synopsis_file/N4008519R9022_Project_Information_Form.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008519R9022_Project_Information_Form.docx

 
File Name: N4008519R9022_Project_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N4008519R9022_Project_Matrix.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N4008519R9022_Project_Matrix.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05131871-W 20181025/181023230446-8e3c4771b071afa6554f47b58f318e18 (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.