Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2022 SAM #7623
SOURCES SOUGHT

Y -- P-1097 RELOCATE UNDERWTR ELECTROMAGNETIC MEASUREMENT SYS

Notice Date
10/12/2022 9:47:52 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
N40085-23-R-2516
 
Response Due
10/25/2022 11:00:00 AM
 
Point of Contact
HOLLY SNOW, Phone: 7573411046, Amanda Bricker
 
E-Mail Address
HOLLY.R.SNOW.CIV@US.NAVY.MIL, amanda.l.bricker.civ@us.navy.mil
(HOLLY.R.SNOW.CIV@US.NAVY.MIL, amanda.l.bricker.civ@us.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.� 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, P1097 Relocate Underwater Electromagnetic Measurement System, Naval Submarine Base New London, New London, CT.�� 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: The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary for: Project constructs a steel fabricated three-level platform, approximately 20' x 20', supported by four steel piles in the Thames River at Groton, Connecticut, including a weather and corrosion resistant Data Concentrator Shed (DCS) on the third deck which will support and house equipment for an Underwater Electromagnetic Measurement System (UEMMS), and the construction and connection of two composite submarine cables supporting power and communications from the Range House on the New London side of the river.� Both composite cables will be installed together by jet-plow method four-feet into the river bottom and protected by concrete matting.� Design and construction of the UEMMS equipment will be by others.� Additionally, option to complete demolition, including pile extraction, of the existing platform, DCS and UEMMS, in an out-year requiring remobilization. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between than $10,000,000 and $25,000,000. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists The anticipated award of this contract is June 2023. The appropriate NAICS code for this procurement is 237990; Annual Size Standard:� $39.5M If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. 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 four 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 four (4) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and 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 seven (7) years prior to the submission due date.� A relevant project is further defined as: New Construction ����������� 1.) In-water Steel Structures: ����������������������� Size: A minimum of 1,000 total square feet of platform/deck area. ����������������������� Scope/Complexity: New construction of an in-water, pile-supported structure. ����������� 2.) Communication Facilities: ����������������������� Size: A minimum of 150 total square feet. ����������������������� Scope/Complexity: New construction of a weather and corrosion-resistant ������������������������������������������� communications facility or storage facility located within coastal environments. ������������������������������ Demolition Project: ����������������������� Size: A minimum of 1,000 total square feet. ����������������������� Scope/Complexity: Demolition of pile-supported in-water structures consisting of ������������������������ 50% or more steel construction, including pile extraction. Offerors must demonstrate relevant experience with In-water steel structures, communication facilities, and Demolition to be considered capable. 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 Tuesday, 25 October 2022, by 2:00 P.M. local time.� The submission package shall ONLY be submitted electronically to Holly Snow at holly.r.snow.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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39f750a59c6244a2add46b6bb7d83b00/view)
 
Place of Performance
Address: CT, USA
Country: USA
 
Record
SN06492159-F 20221014/221013060526 (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.