Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOURCES SOUGHT

P -- P-678 Dry Dock 8 Saltwater System for CVN-78, Norfolk Naval Shipyard, Portsmouth, Virginia

Notice Date
2/3/2022 9:20:12 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
N40085-22-R-2598
 
Response Due
2/17/2022 11:00:00 AM
 
Archive Date
10/01/2022
 
Point of Contact
Rachel Honecker, Phone: 7573411652
 
E-Mail Address
rachel.n.honecker.civ@us.navy.mil
(rachel.n.honecker.civ@us.navy.mil)
 
Description
***UPDATE 02/03/2022: The Sources Sought Notice has been revised.� See 22R2598 Sources Sought Notice_revised.pdf in attachments.*** 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.� 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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P-678 Dry Dock 8 Saltwater System for CVN-78, Norfolk Naval Shipyard, Portsmouth, Virginia. 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. General Work Requirements: This project is comprised of two phases of construction with a ship docking between Phase 1 and Phase 2.� Phase 1 will construct 34.5kV site power distribution including underground duct banks, feeders, pad mounted switches, 34kV- 4.16kV substations and underground feeders to Pumpwell 8.� Pumpwell 8 construction consists of Pumpwell 8 drainage capacity upgrades, replacement of Main Drain Pump (MDP) motors, back-up power for drainage pumps, interior electrical upgrades for a 4.16kV system to serve the drainage and MDP pumps, control booth and console, and SCADA system upgrades.� Supporting structural and site upgrades include installation of micropile foundations, monorail, temporary pumpwell suction chamber plugs, pumpwell drainage piping routed through the abandoned South flooding flume, outfall structure, temporary cofferdam, railroad repairs and underground utilities relocation and paving. Phase 2 will demolish two pump stations and their saltwater intake structures (Buildings 828 and 829) and construct two saltwater pump stations including their saltwater intakes, back-up power, pile foundations including additional timber wharf piles.� The project will construct an underground saltwater distribution system around the dry dock including direct buried piping and utility tunnel penetrations.� Saltwater feeders will supply the North and South sides of the dry dock gallery and coping level with saltwater for cooling and firefighting needs through multiple piping manifolds.� Saltwater return piping will be routed along the dry dock wall and transition into the abandoned North and South flooding flumes to outfall structures at the river.� Temporary cofferdams will be required.� Sitework includes crane rail reconstruction, railroad repair, utility relocations and paving. All on-site work associated with this project will be executed within the shipyard Controlled Industrial Area (CIA) which requires unique access credentials and strict limitations on the nature of materials and equipment. In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $100,000,000 and $250,000,000. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists. The anticipated award of this contract is August 2022. The appropriate NAICS code for this procurement is 237990 � Other Heavy and Civil and Engineering Construction, and the small business size standard is $39,500,000. 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.� 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 (5) 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) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size and scope/complexity.� Experience of proposed subcontractors will not be considered.� Furthermore, the offeror�s experience as a subcontractor will not be considered.� Recent is defined as having been 100% completed within the last fifteen (15) years prior to the submission due date.� A relevant project is further defined as: Size: A final construction cost of at least $25M Scope/Complexity: Relevant projects should demonstrate experience with heavy concrete construction for both cast in place and marine concrete construction and/or graving docks that include various elements below: Installation of steel pipe piles, micropiles and timber piles. Excavation and reconstruction work in pumpwell lower levels. Heavy industrial utility distribution systems including: Fire protection water, water supply and return systems, sanitary, oily waste/ waste oil,� steam, compressed air when located below grade; Stormwater systems; Fire protection water, water supply and return, sanitary, steam, compressed air systems when located above grade or in utility tunnels; Installation of medium voltage site power distribution systems including underground duct banks, feeders, and pad mounted switches.� Cofferdam construction and dewatering. Crane rail and railroad reconstruction. Supporting structural and site upgrades including equipment pads with pile foundations.� Installation of industrial pumps and pumping systems. Construction of water pump stations including their water intakes, back-up power, steel pile foundations and timber piles. Building related medium voltage electrical systems. SCADA systems and industrial controls. Note:� Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.� The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Responses are due on 17 February 2022 by 2:00 P.M. local time.� The submission package shall ONLY be submitted electronically to Rachel Honecker at rachel.n.honecker.civ@us.navy.mil 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. Questions or comments regarding this notice may be addressed by email to rachel.n.honecker.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33175b7fa3ad4e3abe5a87d81e286fd6/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06232969-F 20220205/220203230103 (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.