SOURCES SOUGHT
Z -- Repair-Explosive Handling Wharf 1, Naval Submarine Base Kings Bay, GA
- Notice Date
- 10/13/2016
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N694501788777
- Response Due
- 10/28/2016
- Archive Date
- 6/30/2017
- Point of Contact
- John Bazylewicz, 904-542-6027
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There will be no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), and Service Disabled Veteran-Owned Small Business (SDVOSB), and other Small Business sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The scope of the proposed project includes repairs and improvements to Explosive Handling Wharf (EHW) 1 at Naval Submarine Base Kings Bay, GA as follows: Reinforced concrete repairs on piles, pile caps, bull rails edge beams, underdeck and capstan foundations. Installation of metalizing and cathodic protection system on reinforced concrete pile caps. Installation of anodes and repairs to the bonding harness system on the majority of steel piles. Installation of Cathodic Protection Jackets on concrete piles. Installation of grout-filled Fiber-Reinforced Polymer (FRP) jackets on concrete piles. Cleaning, coating, FRP repairs, and installation of new fender wraps to steel piles. Miscellaneous repairs to mooring hardware, fender piles, and utility structures. Replacement of divers float and repairs to guide piles connecting diver ™s float. Electrical repairs. Replacement of power cable brackets. Underwater construction and inspection. Additional considerations Construction projects within the facility by other Contractors may occur simultaneously during the construction duration. Waterways and adjacent facilities will remain operational during construction. The project requires coordination, and detailed scheduling. Material laydown areas are limited and a detailed logistics plan will be required. This project requires work a high security area contractor personnel and subcontractors will be required to pass stringent background checks. The contract will be for a term of 15 months. The estimated cost of construction for this project is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code is 237990 Other Heavy and Civil Engineering Construction with a Small Business Size Standard of $36.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone, or SDVOSB contractors: first priority; issue a solicitation as a small business set-aside: second priority; or whether to issue an unrestricted solicitation with full and open competition: third priority. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below: Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below: Projects completed as a prime contractor working in marine construction that demonstrate the capability to repair concrete, and install protective jackets on piles. Demonstrate experience with environmental compliance, quality control, underwater construction, cathodic protection systems, and recognized standards. Specific relevant experience includes: 1. Marine construction. 2. Concrete restoration. 3. Marine pile protection. 4. Cathodic protection systems for concrete. 5. 3 projects of similar size, scope and complexity in the last 7 years. 6. Construction size $10M or greater. 7. Projects utilizing metalizing (thermal arc spray) for cathodic protection of concrete (by the prime contractor or a subcontractor). Respondents must include resumes for the following: QC Manager; an individual with a minimum of 10 years combined experience in the following positions: Project Superintendent, QC Manager, Project Manager, Project Engineer or Construction Manager on similar size and type construction contracts which included the major trades that are part of this Contract. The individual must have at least two years ™ experience as a QC Manager. The individual must be familiar with the requirements of EM 385-1-1, and have experience in the areas of hazard identification, safety compliance, and sustainability. Corrosion engineer; a NACE certified CR Specialist (CPS) with a minimum 7 years documented experience with Cathodic protection of reinforced concrete and has worked on a minimum of 3 project utilizing thermal arc spray Cathodic protection. Metalizing Contractor (Prime or sub) The Contractor performing the repair work shall have performed a minimum of 3 concrete metalizing projects utilizing thermal arc spray (projects similar in size and scope to this project within the past 7 years). Respondents shall provide a list of projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of the specific capabilities listed above. Each reference shall include the company name and title, telephone number, and point of contact and title. Respondents shall provide evidence of sufficient available bonding capacity. Evidence shall include the name, telephone number and point of contact of respective bonding company; your maximum bonding capacity per project; and your maximum aggregate bonding. Respondents are to identify your firm ™s size and socio-economic status for NAICS Code 237990 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 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. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, or small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement no later than 28 October 2016, 1:00 pm EDT via email to john.bazylewicz1@navy.mil. The subject line of the email shall read: EHW1 at Naval Submarine Base Kings Bay, GA. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/92d0c8ba210960152729d13d09035155)
- Place of Performance
- Address: Naval Submarine Base Kings Bay, GA,, GA
- Zip Code: 31547
- Zip Code: 31547
- Record
- SN04304282-W 20161015/161013234818-92d0c8ba210960152729d13d09035155 (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 |