MODIFICATION
Y -- Pier Romeo Recapitalization; North Charleston, SC
- Notice Date
- 5/4/2022 10:17:19 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- 00393d
- Response Due
- 5/19/2022 7:00:00 AM
- Point of Contact
- Traci Newsom
- E-Mail Address
-
traci.newsom@noaa.gov
(traci.newsom@noaa.gov)
- Description
- This request for information (RFI) is for market research purposes and does not constitute a Request for Proposal or Quotation. It is not a commitment by the Government to award a contract nor will the Government pay for any information provided.� No basis for claim against the Government shall arise as a result of a response to this RFI or Government use of any information provided.� The purpose of this notice is to inform elements of the Government�s intended source selection and solicitation process through constructive feedback from Industry; specifically in regard to the impact of a Project Labor Agreement requirement for the project. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the National Oceanic and Atmospheric Administration�s (NOAA) Acquisition and Grants Office in support of the Office of Marine and Aviation Operations (OMAO). �NOAA has a new requirement for design build (DB) construction to recapitalize the Pier Romeo facility within the Charleston Marine Support Facility in North Charleston, South Carolina (SC). CURRENT ACQUISITION STRATEGY: �The Government anticipates awarding a single firm fixed price DB construction contract in accordance with FAR Parts 15 and 36; soliciting proposals on a full and open competitive basis. NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 237990, Other Heavy and Civil Engineering Construction, and the size standard is $39.5M. SCOPE OF WORK: The Pier Romeo facility is severely degraded and unsafe for use.� The recapitalization will enable the dock facility to support the NOAA Ships Nancy Foster and Ronald H. Brown, and other visiting NOAA vessels. The proposed action involves the demolition of derelict structures and the construction of a new pier, access trestle, and shore infrastructure and improvements to support the berthing of the Nancy Foster and Ronald H. Brown on a long-term basis.� This project will allow NOAA ships to have access to utility services at the new dock face that includes an adequate flow of potable water, black and grey water removal, oily sludge removal, along with the electrical and network service connections.� The new pier will be accessed by a new approach trestle and the new warehouse will be used to store ship supplies and equipment.� The requirement will also include dredging to allow access to the new facilities.� CONTEMPLATED CONTRACT STRUCTURE:� In response to projected staggered funding, the Government anticipates the solicitation and resulting contract to have the following contract line item structure CLIN 0001:� Full design package CLIN 0002:� Demolition of existing structures and other site prep work CLIN 0003:� OPTION for full construction of the homeport (excluding work under CLINs 0004-0006) CLIN 0004:� OPTION for construction of a 5,000sf warehouse CLIN 0005:� OPTION for construction of a living shoreline CLIN 0006:� OPTION for construction of a small boat floating dock PLACE OF PERFORMANCE: �The place of performance will be North Charleston, SC.� ESTIMATED MAGNITUDE OF REQUIREMENT: The estimated magnitude is more than $10,000,000 in accordance with FAR 36.204.� More precisely, the Government estimates the DB award, inclusive of all options, to be between $60,000,000 and $70,000,000. ANTICIPATED AWARD: The Government anticipates awarding the DB contract by Q3 of FY23. ANTICIPATED PROPOSAL PREPARATION TIME PERIOD:� The Government anticipates releasing the DB construction solicitation with 15% bridging documents and providing 90 days for proposal preparation.� A pre-proposal conference and site visit will likely occur within 20 days of solicitation release. CONTEMPLATED SOURCE SELECTION STRATEGY: ��Based on considerations of proposal preparation costs as well as efficiency in source selection, the Government contemplates a single phase source selection rather than the two-phase approach described in FAR Subpart 36.3.� Further, the Government is considering the following factors for the single phase: To be evaluated on a Technical Acceptability basis (Acceptable/Unacceptable (i.e. go/no-go)): Factor 1:� Corporate Experience Factor 2:� Safety The Government will perform a price analysis and evaluate non-price Factors 3 -5 for proposals receiving an Acceptable rating for Factors 1 and 2.� Factor 3: �Technical Approach (considering three elements:� Schedule, Management Approach and Technical Solution) Factor 4:� Past Performance Factor 5:� Subcontracting/Small Business Participation Factors 3 -5 will be evaluated using a 5 adjectival rating scale (i.e. Unsatisfactory - Exceptional).� Factors 3 -5 are listed in descending order of importance.� When combined, Factors 3 � 5 will be significantly more important than Price.� PROJECT LABOR AGREEMENT (PLA) REQUIREMENT:� �Based on the anticipated implementation of Executive Order (EO) 14063 for the Use of Project Labor Agreements for Federal Construction Projects (dated 4 February 2022), the Government is considering the impact of a PLA requirement for the current project.� SUBMISSION OF INFORMATION:� �All interested parties are invited to complete the Google Form at the link provided below.� All constructive responses related to the impact of the PLA requirement, proposed source selection and overall strategy will be considered.� THE GOVERNMENT WILL CONSIDER NO ALTERNATIVE SUBMISSIONS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15327bd563c242cb82ea85341d114cd4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06316633-F 20220506/220504230107 (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 |