SOURCES SOUGHT
Y -- Design-Bid-Build, P653 Dry Dock Flood Protection Improvements
- Notice Date
- 2/19/2020 10:17:11 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0063
- Response Due
- 3/4/2020 2:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Rachel Honecker, Phone: 7573411652
- E-Mail Address
-
rachel.honecker@navy.mil
(rachel.honecker@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. �THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist.� The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Design-Bid-Build, P653 Dry Dock Flood Protection Improvements, Norfolk Naval Shipyard, Portsmouth, VA. �� All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond.� Upon review of industry responses 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. Description of work: This project constructs a permanent flood wall to protect Dry Docks 1, 2, 3 and 4, associated facilities, infrastructure and equipment from flooding from the Elizabeth River. Flood wall shall be cast-in-place reinforced concrete wall on shallow foundation and it shall be supported on soil treated with subsurface grout injection.� Modifies existing Dry Docks 1 and 3 caisson gunwales. Constructs caisson seat extensions for Dry Docks 1, 2, and 3.� Removes existing capstans and constructs removable capstans on new foundations. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism standards. Built-in equipment includes flood gates at access points within the flood wall structure. Special costs include Post Construction Contract Award Services (PCAS), shipyard factors, archaeological site reviews, enhanced construction surveillance and cultural resource mitigation. Operation and Maintenance Support Information (OMSI) is included in this project.�� Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Paving and site improvements include asphalt and concrete pavement with necessary markings, site demolition and reconstruction of railroad tracks at floodgate crossings.� This project includes construction of controlled industrial area (CIA) security fence mounted on the top of the flood wall. Electrical utilities include sealing of conduit openings, constructing of waterproofed manhole covers, electrical supply for relocated capstans, power line tracing and deenergizing. Mechanical utilities include reconstruction of storm water, sanitary sewer, compressed air, steam, salt water, potable water impacted by flood wall construction. Project includes construction of sanitary sewer valve vaults, storm sewer valve vaults, slide gates and catch basins. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. The flood wall is located in the 100-year flood plain. The flood wall is needed to protect Dry Docks 1, 2, 3 and 4, and their associated utilities and support infrastructure from inundation during tidal and storm surge associated with 100-year flood. Special aspects of the project include work in the Controlled Industrial Area (CIA) of the shipyard.� Construction will occur over several phases. The North American Industry Classification System (NAICS) Code for this project is 237990 Other Heavy and Civil Engineering Construction, with a size standard of $39,500,000. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. This is a new procurement. �It does not replace an existing contract. �No prior contract information exists. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states, �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 August 2020. Firms must be able to demonstrate bonding capacity for a single project of $50,000,000. �Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). �These forms are required. �Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. �For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. �Responses must include identification and verification of the firm�s small business status. For each of the submitted relevant projects (a maximum of five projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. �Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) and a maximum of five (5) relevant construction projects for your firm that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project. �Relevancy is further defined as: Size: Final construction cost of $20M or greater. Scope/Complexity: 1. Work involving constructing +/-5400 linear feet of cast-in-place reinforced concrete flood wall with underground foundations and subsurface grout injection, placing of underground utilities including pipe casings and underground structures in active heavy industrial environment. 2. Constructs caisson seat extensions.� Removes existing capstans and constructs removable capstans on new foundations. 3. Project requires multiple iterations of phasing to coordinate with and not impact ongoing shipyard operations. Note: Offerors must demonstrate experience with all three of the work elements set forth above. �This experience may be demonstrated cumulatively through all of the projects submitted by an offeror. �In order for a project to be determined relevant, it must meet the size requirement and at least one of the scope/complexity items. Interested parties should respond no later than 4 March 2020. �The submission package shall ONLY be submitted electronically to Rachel Honecker via email at rachel.honecker@navy.mil. �Packages shall not exceed 15 pages and MUST be limited to a 4MB attachment. �You are encouraged to request a ""read receipt."" �Responses received after the deadline or without the required information will not be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fcf5c514ef2b4effa7ba0dd6b49dabf7/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN05566063-F 20200221/200219230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |