SOLICITATION NOTICE
Z -- Dry Dock 4 Renovations, Norfolk Naval Shipyard, Portsmouth, VA
- Notice Date
- 2/15/2019
- Notice Type
- Synopsis
- 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
- 23511
- Solicitation Number
- N4008519R9014
- Point of Contact
- Stephen Astwood 7573411624 stephen.astwood1@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for Dry Dock 4 Renovation at Norfolk Naval Shipyard in Portsmouth, VA. PROJECT DESCRIPTION: This solicitation will result in a firm-fixed price (FFP) contract for design-bid-build (DBB) construction services. This project will be phased over two years with a required project completion no later than the end of June 2022. During the first phase of the project, the existing caisson will be replaced with a new modern flood through configuration caisson constructed to meet current Military Standard, Safety Certification Program for Dry Docking Facilities and Shipbuilding Ways for U.S. Navy Ships and UFC for Graving Docks. The top of the new caisson will be at the required elevation needed to provide flood protection. The existing caisson will be demolished and the steel will be recycled. In addition, specialized construction of a cofferdam, located outside of the dry dock approach walls, will allow for dewatering of the dry dock to enable the reconstruction of the caisson seats and entrance walls. A section of Berth 20 located on the south side of the dry dock entrance wall will be demolished to accommodate the construction of the cofferdam. The saltwater intake tunnel located on the north side of the dry dock entrance wall will be filled in with flowable fill. This intake provides cooling water that is used by the air dryers that support the air compressors located in Building 174. A cooling tower must be installed before the intake tunnel can be taken out of service. During the second phase of the project, the following dry dock repairs and modifications will be performed: anchoring the dry dock floor to prevent uplift of the dry dock during construction; selective demolition of existing concrete on floors and walls; reconstructing dry dock walls, including a utility trench with integral flood wall to withstand design flood event; resurfacing of concrete dry dock floor. Includes redesigned oily waste, waste oil collection system; replacement of utility systems that service the dry dock (water, electric, steam, saltwater, submarine firefighting, compressed air, and telecom); renovation of pumpwell (electrical, telecom, mechanical, architectural, and structural) includes new main dewatering pumps, drainage pumps, and sump pumps; installation of life safety systems (fire, emergency reporting, and pull stations) around dry dock and in pumpwell; reconstruction of the caisson seats; filling obsolete filling tunnels with self-consolidating concrete; and replacement of all capstan foundations around Dry Dock No. 4 to support modern movable type capstans. Removal and replacement of all delaminated concrete from the interior dry dock walls and floor will be completed as required to repair and minimize water infiltration due to concrete structural delamination deficiencies. The dry dock floor redesign will include a surface trench drain system to capture storm water runoff and collect oily waste/waste oil (OWWO) when vessels are in dock. Threaded inserts will be provided to anchor refueling support towers and stairwells. All new concrete work will be reinforced with galvanized reinforcing bar. Around the dry dock coping a utility trench will be constructed to include an integral concrete flood wall formed as an extension of the interior dry dock walls. The top of wall will be constructed to provide one foot of freeboard above the 500 year still water flood elevation of 105. The wall also provides the fall protection required around the coping perimeter edge of dry dock. Mooring cleats will be installed and spaced properly on top of the wall. Dry dock utilities will be removed from the altars and reconstructed in the new protective utility trench. The trench will improve accessibility for utility servicing and reduce maintenance costs. The trench will be covered with a grating designed to be used as a line handling walkway during ship docking. The utility systems required for all ship service connections in the dock will be modernized to meet current standards and incorporated into the utility trench design. The existing Dry Dock No. 4 refueling service rack mounted on the south side of the dry dock above the dry dock tunnel will be reconstructed. Flooding sluice gate Nos. 1, 2, 3 and main dewatering sluice gate No. 6 will be demolished. Sluice gate Nos. 4, 7, and 8 will be reconstructed. The north side cooling water tunnel to Building No. 171 will be abandoned. The electrical cross tunnel under Dry Dock No. 4 that connects the inside lower sump pit area of Pump Well No. 4 to the north side of the dock will be abandoned. All abandoned flumes and tunnels will be filled with flowable fill or self-consolidating concrete, as required. All firefighting requirements for both salt and potable water will be provided. All required fire protection pipes and fittings will be installed and properly located at the top of the dock as well as down at the floor of the dock. An auxiliary salt water discharge headed system will be constructed to allow direct discharge from ships in dock into the river. A sump pit, connected to the trench drain system in the dry dock floor, will be constructed to allow collection of OWWO. OWWO will be pumped from the sump to a new OWWO header system along the south side of the dry dock. The permanent header system will terminate near the east end of the dry dock. A hose connection will be used to convey OWWO from the header to barges berthed at Berth 20. The pumpwell roof will be reconstructed atop a concrete stemwall above the design flood elevation. Pumpwell HVAC equipment, rooftop exhaust fans, and removable equipment access hatches will be located on the pumpwell roof. Pumpwell entry stairways will include flood gate hatches to extend to the design flood elevation. A conditioned space will be constructed in the pumpwell to house the pump control console. The main dewatering pumps, drainage pumps, sump pumps, water level indicators, piping, valves, and associated controls will be replaced. Dewatering sluice gates, mounts and thimble plates will be replaced. Other pumpwell repairs and modifications include: repair and sealing of concrete; replacement of ladders, stairs, deck plates, catwalks, and platforms; replacement of toilet/lavatory facilities; and replacement of pumpwell electrical systems. A remote monitoring and computer access control system will be installed for critical pumpwell equipment. Remote shutoff of the drainage pumps from the UOC will be provided in the event of a spill or contamination within the pumpwell and/or dry dock. Control systems include cybersecurity commissioning in accordance with current Department of Defense criteria. Relocation of the 4,160-volt substation and the 11.5kV transfer switch to outside of the pumpwell including a new (ABT) Automatic Bus Transfer Switch will be completed. The project will also replace the existing dry dock lighting system with long life features, sized and positioned for optimum lamination and visibility around Dry Dock No. 4. The lighting system will be operated by both photocells and switches. The existing dry dock and pumpwell PA system will also be replaced. New 480-volt feeders will be provided from the existing dry dock substations to new dry dock low voltage connection boxes located on the coping level utility trench. These conduits would allow the shipyard to discontinue using portable power transformers to supply industrial and shore power to submarines while in the dock. The completion time for this contract is 988 calendar days after award. This solicitation is being advertised as Unrestricted for full and open competition. This is a source selection procurement requiring 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. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. 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 $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $100,000,000 and $250,000,000. This office anticipates award of a contract for these services by 30 September 2019. A Sources Sought notice was issued on 27 November 2018 to determine the capability of small businesses to perform the requirement. Based upon analysis of the data considered, 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. A DD2579 Small Business Coordination Record recommending full and open competition was approved by the NAVFAC MIDLANT Deputy for Small Business on 24 January 2019. On 24 January 2019, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 04 March 2019. All documents will be downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is https://www.neco.navy.mil. 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. The RFP issued on or about 04 March 2019 will include the Phase 1 Final and Phase 2 Pre-final Design. The RFP will be requesting non-price proposals only at the time. An Amendment to issue Phase 2 Final Design is anticipated in June 2019 and price proposals will be requested at that time. 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 Stephen Astwood at stephen.astwood1@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519R9014/listing.html)
- Record
- SN05223914-F 20190217/190215230008 (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 |