SOLICITATION NOTICE
Y -- PRE-SOLICITATION NOTICE FOR DESIGN-BID-BUILD, P1044, PIER 31 EXTENSION NAVAL SUBMARINE BASE NEW LONDON, CT
- Notice Date
- 2/14/2024 5:29:47 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008524R2503
- Archive Date
- 04/01/2024
- Point of Contact
- Kristy Gerrek, Phone: 7573410089
- E-Mail Address
-
kristy.gerrek@navy.mil
(kristy.gerrek@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 make notice of a proposed contract action for performing construction services for a Design-Bid-Build, P1044, Pier 31 Extension, Naval Submarine Base, New London, Connecticut. PROJECT DESCRIPTION: The project will include but is not limited to, construction of a concrete filled steel pipe pile supported pier extension 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 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 31 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 31. 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. The completed time for this contract is 803 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This source selection procurement requires 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 Northern American Industry Classification System (NAICS) code for this procurement is 237990 - Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $45,000,000.� In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $100,000,000 to $250,000,000. This office anticipates award of a contract for these services by AUGUST 2024. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 16 October 2023, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. �Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last ten (10) years. Based on the market research conducted for this procurement 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. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 16 November 2023. On 17 November 2023, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 29 February 2024. The solicitation number will be N40085-24-R-2503.� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. 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://www.sam.gov. Questions regarding this notice should be directed to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b42fbc0b2fe4e3ab87b2be4f13ace82/view)
- Place of Performance
- Address: New London, CT, USA
- Country: USA
- Country: USA
- Record
- SN06965755-F 20240216/240214230052 (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 |