Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2020 SAM #6677
SOLICITATION NOTICE

Z -- Design-Bid-Build P898, SSN Submarine Berthing Pier 32, NAVSUBASE New London, CT

Notice Date
3/9/2020 10:38:25 AM
 
Notice Type
Presolicitation
 
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
N4008520R0037
 
Archive Date
09/30/2020
 
Point of Contact
Gary Milton, Phone: 7573412074, Laura Thomas, Phone: 7573411624
 
E-Mail Address
gary.milton1@navy.mil, laura.e.thomas4@navy.mil
(gary.milton1@navy.mil, laura.e.thomas4@navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of Design-Bid-Build (DBB) Replace SSN Berthing Pier 32, Naval Submarine Base, New London, CT. This project will provide construction of a concrete filled steel pipe pile supported pier with concrete deck, mooring fittings, mechanical and electrical utilities, an integrated composite fender system and specialized equipment including composite camels. The pier will provide two berths for general berthing and maintenance at SUBASE New London. The project will also include relocation of the floating crane�s weight testing support facility. Built-in equipment includes jib cranes (1.5 tons) for supporting electrical cables between the pier and vessels and adjustable retractable crane-less brows. Work also includes demolition of the existing concrete and pile Piers 32, 10 and 17. Site preparation includes earthwork, soil treatment, selective utility and mooring demolition, and dredging. Dredging will allow safe maneuvering room for vessels while mooring or exiting northern berths (Piers 32/Turning Basin and Pier 10) and in the following areas: turning basin, areas at the berth for navigation and maintenance operations and areas at the existing Piers 10 and 32. Dredge disposal will include the use of Confined Aquatic Disposal (CAD) cell located in the Thames River. Electrical utilities include shore power for vessels including primary and secondary distribution, transformers, substations, primary switches, grounding/lightning protection and telecommunication infrastructure. Mechanical systems include, water, wastewater, compressed air, and fire protection. Environmental mitigation requirements includes marine mammal and water quality monitoring, reporting to national oceanic and atmospheric administration national marine fisheries service, acoustic surveys, pre and post dredge sampling, benthic sampling and analysis of Confined Aquatic Disposal (CAD) cells and CAD cell cap assessment, shellfish resources testing and mitigation will be required to satisfy federal, state and local environmental regulations and requirements. This solicitation will be 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 continuum process at FAR 15.101-1, Tradeoff.� 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. The appropriate North American Industry Classification System (NAICS) Code for this project is 237990, Other Heavy and Civil Engineering Construction, with a size standard of $39.5M. In accordance with DFAR 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000.� This office anticipates award of a contract for these services by August 2020. The completion time for this contract is 742 calendar days after award. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. A Sources Sought notice was issued on 10 January 2020 to determine the capability of small businesses to perform the requirement.� 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.� A DD2579 Small Business Coordination Record recommending full and open competition was approved by the NAVFAC MIDLANT Deputy for Small Business on 6 February 2020.� The Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation on 6 February 2020. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic ACQ22 on or about 24 March 2020. The solicitation number will be N40085-20-R-0037 on the Beta.Sam.Gov website at https://beta.sam.gov/. Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest.� Primary POC: Gary Milton, (757) 341-2074, Email: gary.milton1@navy.mil. 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://beta.sam.gov/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d068c3c1a8524e798fb6043748c8774f/view)
 
Place of Performance
Address: New London, CT, USA
Country: USA
 
Record
SN05583242-F 20200311/200309230155 (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 |
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.