SOURCES SOUGHT
Y -- P658 Nuclear Regional Maintenance Facility, NSB Kings Bay, GA
- Notice Date
- 10/5/2022 12:02:12 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- P658_SS_NRMF_KINGS_BAY
- Response Due
- 10/20/2022 12:00:00 PM
- Point of Contact
- Dennis P Bourgault, Phone: 9045426686, Lindsay E Betteridge, Phone: 9045426669
- E-Mail Address
-
dennis.p.bourgault.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(dennis.p.bourgault.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BID BUILD CONSTRUCTION PROJECT, P658 NUCLEAR REGIONAL MAINTENANCE FACILITY, NAVAL SUBMARINE BASE (NSB) KINGS BAY, KINGS BAY, GEORGIA. THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description: This project will include construction of a Nuclear Regional Maintenance Facility (NRMF) and related facilities and site improvements to consolidate Nuclear Regional Maintenance Department's (NRMD) nuclear maintenance functions at NSB Kings Bay. The site is located within the Waterfront Restricted Area (WRA) and subject to additional security restrictions for access of personnel, equipment and materials. The project scope includes, but is not limited to, construction of the NRMF, a new 137,153 SF precast panel and structural steel frame building, with aggregate pier ground improvements and spread footings with reinforced concrete slab on grade, including incidental site work, pavements, utilities, drainage and demolition work. The roof structure will consist of standing-seam metal over a roof metal deck. The facility will include nuclear repair shops, ship services support and applied instruction. The facility will also include an emergency generator to support the fire suppression system fire pump. �Built-in equipment includes industrial/rotating shelving units, a paint booth, one passenger/freight combination elevator and emergency generator. In addition, the project scope includes construction of a new lift station, upgrades to an existing lift station, a relocated dredge pipe, a stand-alone 10,386 SF emergency vehicle canopy to house 12 emergency vehicles/trailers, a 3,116 SF temporary facility to support personnel from Building 5233, and an operational and employee vehicle parking facility for approximately 300 vehicles, with supporting infrastructure, including stormwater drainage features and lighting. The project also includes modification, maintenance, and demolition of the temporary security infrastructure installed by the adjacent Dry Dock Repair (DDR) project. The DDR installed temporary infrastructure, creates a �free zone� where the contractor can work outside the waterfront restricted area (WRA) with less security, improving productivity. The intent is for this project to reuse portions of this temporary infrastructure, including monitored security fencing, a pedestrian bridge, and multiple laydown areas/gravel parking lots. Dry Dock Road will be repaved following removal of the security fence. Electrical utilities include primary and secondary distribution systems, service transformer, site lighting, telecommunications infrastructure, lightning protection and grounding. Mechanical utilities include potable water lines including fire hydrants, sanitary sewer lines, sanitary lift station and oil/water separator. This also includes relocation of an existing dredge pipe that traverses the site. Environmental mitigation includes a gopher tortoise survey to identify and relocate any gopher tortoises found in advance of construction activities. Demolition includes the removal of Building 5233, a 335 m2, pre-engineered metal building that will be demolished to clear the site for this project. Buildings 5194, 5195 and 5196 (each 56 m2) will be demolished upon completion of this project. Paving and site improvements including retaining walls, access roads, asphalt and concrete pavement, organizational parking inside the WRA (approximately 30 spaces), sidewalks, equipment pads, landscaping, pedestrian foot bridges, pedestrian and bicycle features, stormwater structures and drainage features, temporary facility site work and site demolition. Any resultant contract will be firm-fixed price. The North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $39.5 million. Project Magnitude is between $100,000,000 and $250,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is September 2023. Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/synopsis notice. Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted, providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 24 pages. The information which must be contained in your response is as follows: 1) �Contractor Information: Name and address of company, point of contact with phone number and email address. 2) �Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) �Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $200 Million per project, and the maximum aggregate bonding. 4) �System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Unique Entity Identifier (formerly DUNS Number).� 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:� _____ Yes�������� ______No. 6) Experience Submission Requirements:� Responders shall submit a minimum of two (2) and a maximum of four (4) Design-Bid-Build projects that are similar in size, scope and complexity to the proposed project description that demonstrates experience as the prime contractor completed in the last 10 years. A minimum of one (1) relevant project must be Design-Bid-Build. To be considered relevant, all projects must be have a contract value of approximately $150,000,000.00. At least one relevant project must demonstrate experience in the following: 1. Ground improvement to address liquefaction; 2. Significant earth work to include over excavation (minimum 80,000 CU YD); 3. Constrained site with little laydown space near the construction site; and 4. Heightened Security Requirements (To be considered heightened security a project must be for DoD or similarly contained installation perimeter, and within a secondary fenced area (i.e., airfield, MUNS, etc.) A construction perimeter fence will not be considered as heightened security. It is not necessary that any single project include all four construction experiences specified above, but all four construction capabilities must be demonstrated within the relevant projects submitted. For all experience to be considered relevant, the Responder must provide a thorough description that can be substantiated through the project records (Past Performance, etc.). Submissions shall contain the following items below (1-6) for each project submitted for consideration.� 1. Include Contract Number, if applicable 2. Indicate whether Prime contractor or Subcontractor 3. Contract Value 4. Completion Date 5. Government/Agency point of contact and current telephone number. 6. Project Description.� Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. A project is defined as a construction project performed under a single task order or contract.� For multiple award and indefinite-delivery, indefinite-quantity (IDIQ) contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project.� 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 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.� Interested parties should respond no later than 20 October 2022, 3:00 pm Eastern Time via email to dennis.p.bourgault.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil.� The subject line of the email shall read: P658 Nuclear Regional Maintenance Facility at NSB Kings Bay, GA.� Emails shall be no more than 8 MB in size.� Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.� Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c58ab29927c34f90b2aee3ac1307b6cc/view)
- Place of Performance
- Address: Kings Bay, GA 31547, USA
- Zip Code: 31547
- Country: USA
- Zip Code: 31547
- Record
- SN06487915-F 20221007/221005230116 (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 |