Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOLICITATION NOTICE

19 -- Maintenance Dredging, Small Boat Basin, NAVSUPFAC DIEGO GARCIA

Notice Date
5/21/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008412R0002
 
Response Due
6/18/2012
 
Archive Date
7/3/2012
 
Point of Contact
Susan Harris +81-46-816-9531 1. Susan Harris, Contract Specialist at +81-46-816-9531, Susan.harris@fe.navy.mil
 
E-Mail Address
y
 
Small Business Set-Aside
N/A
 
Description
NAICS CODE: 237990 - Other Heavy and Civil Engineering Construction 1. N40084-12-R-0002: Maintenance Dredging, Small Boat Basin, U.S. Navy Support Facility, Diego Garcia. This is not a request for either a quote or proposal, or an invitation for bid. The intent of this Pre-Solicitation Notice is to notify potential offerors of the Navy ™s requirement under RFP N40084-12-R-0002, for a Firm Fixed-Price Contract at US Navy Support Facility, Diego Garcia, British Indian Ocean Territory (BIOT). The project will be solicited as an unrestricted procurement using the source selection procedures in accordance with Federal Acquisition Regulations (FAR) Part 15.101 and 15.3. The solicitation utilizes source selection procedures which require offerors to submit price and technical proposals. Evaluation of proposals will be based on price and technical evaluation factors, as stated in the solicitation, with contract award to be made to the offeror submitting the best value to the Government. The contract resulting from this solicitation will result in contract award to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the US Government, considering price and technical evaluation factors. The work includes, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform maintenance dredging on the Small Boat Basin (SBB) with an approximate area of 114,450 square yards. The project includes a base bid and one (1) option CLIN item. The base bid CLIN 0001 includes Sub-Line Item Numbers (SLINs) 0001a, 0001b, and 0001c and described below: SLIN 0001a: All work complete in accordance with the drawings and specifications but not including the work indicated or specified under SLINs 0001b through 0001c. SLIN 0001b: Maintenance dredging including handling and disposal of dredged material, but excluding work under SLIN 0001c. SLIN 0001c: Maintenance dredging under Boatlift Pier including handling and disposal of dredged material. Option Item under CLIN 0002 includes SLINs 0002a and 0002b and described as follows: SLIN 0002a: Provision of all work for supporting work for maintenance dredging of the Small Boat Basin Entrance Channel, complete in accordance with the drawings and specifications but not including the work indicated or specified under SLIN 0002b. SLIN 0002b: Maintenance dredging of the Small Boat Basin Entrance Channel including handling and disposal of dredged material. Option item (CLIN 0002) may or may not be awarded within 90 calendar days after the time of award. If the option is exercised, the contract completion date shall be 570 calendar days (vice 540 calendar days) after award of the contract. 2. This project includes construction of a stockpile containment berm at the existing borrow pit, hauling and stockpiling of dredged material. The design depth that needs to be maintained is at -30 feet Mean Low Water (MLW) dredge footprint area. Based on the bathymetric survey and the project dredge depths, the volume of material to be dredged from the SBB is 144,000 cubic yards (CY) (11,096 cubic meters). This project includes construction of a stockpile containment berm at the existing borrow pit and hauling and stockpiling of dredged material. 3. The SBB was constructed in 1984. It serves as the harbor and pier for smaller water crafts such as Landing Craft Mechanical (LCM) (Mike Boat), Utility Boats (UBs), Bilge oil (donuts), tugboats and crew boats for the Harbor Operations services. It also has a boat lift pier for intermediate ship repair that serves as a launching and retrieving system for the harbor water crafts during maintenance and servicing. This is also used as an alternate facility for loading and unloading of construction materials and equipment from barges. It serves as a safe haven for small vessels and water crafts during inclement weather. No maintenance dredging has ever been conducted since its construction. Silt has accumulated from erosion and coastal sedimentation which has built up over the years. Also, silt and mud are evident on the boat lift pier frame during operation. Portions of SBB area have also experienced shoaling. Presently, the prop wash from crew boats and larger vessels stirs up/re-suspends substantial quantities of the fine unconsolidated sediment each time the vessels transit the area. The result is increased turbidity. The proposed project is imperative to restore the basin and entrance channel to the original construction depth which is -30 feet Mean Low Water (MLW). 4. The successful offeror shall be required to complete the entire work, ready for use, not later than 540 calendar days, including the mailing period, after the date of Award. The performance period will increase to 570 calendar days with award of the option item. 5. The North American Industry Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction. At the time of proposal, interested parties must consist of a Joint-Venture effort between a United States firm (minimum 60%) and a United Kingdom firm (minimum 20%). Anticipate a one-time pre-proposal conference and site visit on or about the 2-3 July 2012 in Diego Garcia, which will be restricted to registered planholder firms only. Due to the logistical constraints posed by the location, each firm will be allowed only two attendees on the site visit. Each request must include the following information: full name, gender, citizenship, nationality, name of firm being represented, position/title, social security number, complete company and home address, passport number (place of issuance, date of issue, expiration date), and an e-mail address(es). Due to the lead time required for visitors to receive area clearance to Diego Garcia, it is imperative that each firm provide the above information to the Contracting Officer within 5 business days from receipt of the Request for Proposal (RFP). It is the responsibility of the planholder to arrange for transportation to Singapore. A Government-sponsored MAC flight will be available to transport planholders from Paya Lebar, Republic of Singapore Air Force (RSAF) Base, Singapore, to Diego Garcia. It is highly recommended that flight arrangements to Singapore allow for significant flexibility in the event that the scheduled MAC flight becomes delayed or encounters unscheduled changes. Failure to submit all required information by the date to be determined at the time of the issuance of the RFP will preclude the firms eligibility to participate in the site visit and pre-proposal conference. No additional names will be accepted after the registration deadline. Interested offerors can view and/or download the solicitation from Asia Navy Electronic Commerce Online at https://asia.neco.navy.mil and FedBizOps websites when it becomes available on or around the third week of June 2012. 6. No hard copies will be provided. It is the contractor ™s responsibility to check the websites daily for any amendments to this solicitation. All interested offerors shall register at the website. The due date for proposals is approximately 30 calendar days after the issuance of the solicitation. Offerors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications (Document 00600) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. Interested offerors are encouraged to register as soon as possible. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose. 7. The points of contact for this solicitation are as follows: Susan Harris, Contract Specialist at +81-46-816-9531, Susan.harris@fe.navy.mil, or Pamela Hamlin, Contract Specialist at +81-46-816-9323, Pamela.hamlin@fe.navy.mil or Joy Okimoto, Contracting Officer at +81-46-816-5715, Joy.Okimoto@fe.navy.mil. All inquiries are to be submitted by email only to the point of contacts listed in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008412R0002/listing.html)
 
Record
SN02754267-W 20120523/120522000220-aa1a26636d68ba58a5137e03f96bf780 (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.