Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
SOURCES SOUGHT

Z -- Design-Bid-Build Construction Services for Structural Repairs to Pier 12, located at the Naval Submarine Base, New London, Groton, CT.

Notice Date
10/8/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008515R8704
 
Response Due
10/20/2014
 
Archive Date
11/4/2014
 
Point of Contact
Judy Biboum
 
E-Mail Address
1-1975.
 
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. Naval Facilities Engineering Command Mid-Atlantic is seeking eligible business firms capability of performing Design-Bid-Build Construction Services for Structural Repairs to Pier 12, located at the Naval Submarine Base, New London, Groton, CT. General Work Requirements: The project performs repairs to Piers #12. Repair recommendations were identified in underwater facilities Inspection and Assessment conducted for NAVFACENGCOM by Appledore Marine Engineering, Inc. in November 2010 and further supplement by detailed inspection by Moffat Nichol Engineering ™s Report of Findings report completed in October of 2013. Pier #12 is one of New London ™s active submarine berthing piers and provides full array of support utilities for homeported vessels. Pier 12 is a reinforced concrete structure with both concrete and steel H pile foundations. The repair project includes restoration to structural elements of the pier including; deck, beams, pile caps and pile foundations. Work includes repairs to both above water and below water structural elements, repairs to both above and below deck deterioration, structural jacketing of piles both above and below water, repair/replacement of damaged fender system elements, cleaning and coating of mooring fixtures, sealing of concrete beams and pile caps, and repair by replacement of the existing cathodic protection distribution system. The estimated cost range of this construction project is between $5,000,000 and $10,000,000. 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 in the Second Quarter of FY15. The appropriate NAICS code for this procurement is 237990 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. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. 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. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. 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. Include contract number, contract value, government/agency point of contact and current telephone number. Indicate whether your firm acted as a prime or subcontractor and provide a brief description of how the contract relates to the technical requirements described herein. (2) Company profile to include: Number of offices and office location(s) Number of employees per office Available bonding capacity per contract DUNS number CAGE Code Small business designation/status claimed Annual revenue (3) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. RESPONSES MUST BE RECEIVED NO LATER THAN 2:00 PM EASTERN STANDARD TIME ON 20 OCTOBER 2014. LATE RESPONSES WILL NOT BE ACCEPTED. Responses to this Sources Sought Notice shall be sent to the following: U. S. Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Judy I.-P. Biboum 9742 Maryland Ave, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Judy I.-P. Biboum Naval Station Norfolk 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: Judy I.-P. Biboum 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 Judy Biboum either by email at judy.biboum@navy.mil or phone 757-341-1975.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008515R8704/listing.html)
 
Place of Performance
Address: Naval Submarine Base New London, Groton, CT
Zip Code: 06340
 
Record
SN03545881-W 20141010/141008235244-fd6530cbcfd4c65c942e6f9a440bac16 (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.