Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
DOCUMENT

Y -- Design Build Construction Services for RM 09-1877, Repairs to Pier 4, NAVSUPPACT Mechanicsburg PA (Detachment Philadelphia Annex), Philadelphia Naval Business Center (PNBC) Philadelphia, Pennsylvania - Attachment

Notice Date
11/9/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008512R1702
 
Response Due
11/16/2011
 
Archive Date
11/30/2011
 
Point of Contact
Michael Greene Contract Specilist, phone: (757) 341-0082, email: michael.greene2@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design Build Construction Services for RM 09-1877, Repairs to Pier 4, NAVSUPPACT Mechanicsburg PA (Detachment Philadelphia Annex), Philadelphia Naval Business Center (PNBC) Philadelphia, Pennsylvania. Description of the Existing Facility; Pier 4 is a 1150-ft long by 100-ft wide pile supported structure. The pile substructure consists of 100 timber pile support bents and 17 steel pile support bents. Currently the Pier serves as a maintenance berth for two aircraft carriers the Ex-USS John F. Kennedy and the Ex-USS Forrestal. The Forrestal is expected to be replaced by her sister ship the Saratoga in the near future. Each timber pile bent contains 32 vertical timber piles, with spacing varying between 2ft 8in below the crane rails and 3ft 6in near the east and west pier edges. Intermediate vertical timber piles are located below the interior crane rails. Intermediate timber batter piles are located near the east and west pier edges. Spanning between the timber piles are 8-in by 12-in timber pile caps that support reinforced concrete cap walls. A reinforced concrete deck spans between and is supported by the cap walls. A reinforced concrete utility trench is located along the western pier edge, integrated into the deck and covered with concrete and steel closure panels. Between bents 56 and 66, the pier is founded on a massive, earth filled concrete sheet pile abandoned crane foundation that extend from the mud line to approximately mean high water elevation. The fender system typically consists of nominally 12-in-diameter timber piles clustered in groups of three and aligned with the pile bents. Spanning between the fender piles and connected to the pier face are upper and lower 12-in by 12-in timber wales. Timber chocks are attached to the outboard face of the wales between each fender pile cluster. Timber spacer blocks, spaced at approximately 5ft on-center, provide a gap between the fender system and the pier face. In the vicinity of the floating barges used for vessel stand-off, the fender piles are concrete-filled, 16-in-diameter steel pipe piles. Currently the only active utilities on the pier consist of electrical and general lighting. All other utilities have been abandoned. The contract will provide: Proposed Facility The project shall remove sections of the existing pier 4 along the centerline wide enough for a proposed crane path and continue the approximately 1000 feet length of the Pier centerline area of supporting piers, timber decking and pier caps. Also there is a requirement to replace decking and piles to support the use of the aircraft elevators and provide mooring points for the two aircraft carriers currently berthed at the pier. Reinforced concrete fender piles will also be added at the mooring points to support the in place berthing of the two CVs. Demolition shall consist of removing portions of the existing pier, pile caps, timber piles and timber fender system. The outboard end of the Pier is approximately 115 feet long and constructed of a reinforced concrete deck and steel H-piles. These steel H-pile have extensive corrosion from long term exposure to the marine environment. These steel H-piles shall be repaired to include individual partial length encasement with reinforced concrete. The encasements shall extend from below the concrete deck to approximately 2 feet below Mean Low Water (MLW). A pile supported Pier shall be built to replace a significant portion of the pier. The replacement section of the pier shall be pile supported with concrete pile caps and concrete decking. It shall be constructed according to standard civil engineering practices with various sized rebar framing. The final structure shall be built flush (match) with the existing deck structure. The perimeter joint shall be dowelled to connect between the new structure and the existing Pier No.#4. All design criteria efforts shall follow ACI, AISC and AF&PA Code to complete a safe and efficient structure. Mooring hardware shall replace all damaged and missing items as to improve the docking efficiencies and capabilities. Bollard and cleats to be replaced shall have the maximum load carrying capabilities allowed by this repair modification. The remaining hardware needs to be recoated and repair the grout base. The magnitude of this project is between $10,000,000 and $25,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these construction requirements by March 2012. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. 7. Annual revenue. RESPONSES ARE DUE NLT 16 NOVEMBER 2011, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to the following: U. S. Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9724 Virginia Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3689 Hand deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Michael Greene 9724 Virginia Ave, Bldg. Z-144, First Floor, Room 109, Norfolk, VA 23511-3689 Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Michael Greene either by email at michael.greene2@navy.mil or phone 757-341-0082.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1702/listing.html)
 
Document(s)
Attachment
 
File Name: N4008512R1702_THIS_IS_A_SOURCES_SOUGHT_NOTICE_ONLY.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R1702_THIS_IS_A_SOURCES_SOUGHT_NOTICE_ONLY.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008512R1702_THIS_IS_A_SOURCES_SOUGHT_NOTICE_ONLY.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02621329-W 20111111/111109235346-f286d213240ca70d7602ac6d01586aa0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.