Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2019 FBO #6428
SOURCES SOUGHT

Y -- DESIGN-BID-BUILD REPLACE DRYDOCK CAISSON 2 AT NAVAL SUPPORT ACTIVITY, NORFOLK NAVAL SHIPYARD (NNSY), PORTSMOUTH VA

Notice Date
6/28/2019
 
Notice Type
Synopsis
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9226
 
Response Due
7/15/2019
 
Archive Date
9/30/2020
 
Point of Contact
Gary Milton, 757-341-2074, gary.milton1@navy.mil; Maurice Muse, Maurice.muse@navy.mil, 757-341-1652
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR DESIGN-BID-BUILD REPLACE DRYDOCK NO. 2 CAISSON AT NAVAL SUPPORT ACTIVITY, NORFOLK NAVAL SHIPYARD (NNSY), PORTSMOUTH, VA This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (Midlant) is seeking Small Business, SBA-certified 8(a), SBA-certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel and capability of performing building renovations at Naval Station Norfolk in Virginia. The proposed project includes the following: Project replaces Caisson 2 at Naval Support Activity, NNSY, Portsmouth, VA. The Caisson will ACCEPTED be constructed to meet Military Standard(MIL-STD-1625), Safety Certification Program for Dry-docking Facilities and Shipbuilding Ways for U.S. Navy Ships and Unified Facilities Criteria (UFC-4-213-10). The magnitude of construction is between $10,000,000 and $25,000,000. The anticipated award of this contract is March 2020. The North American Industry Classification System (NAICS) Code for this project is 237990, Other Heavy and Civil Engineering Construction, with a small business size standard of $36.5 million. The PSC is Z2ED Repair or Alteration of Ship construction and repair facilities. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Data Form. The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information including DUNS number and CAGE Code. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm ™s small business status. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The bonding capacity per project must be no less than $25M to be deemed acceptable for this notice. 4) Experience: Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract. Recent is defined as having been 100% completed within the twenty (20) years prior to the submission due date. A relevant project is further defined as: Size: Caisson Work - A final construction cost of $10,000,000 or greater; Scope/Complexity: Each project submitted does not require demonstrated experience with all of the following components, but collectively, the submitted projects must demonstrate experience with all elements: Caisson work - construction of a steel caisson gate for a graving drydock, including mechanical and electrical fitting out. Concrete repairs - Rehabilitation of concrete or granite structures, including spall repairs and crack injection repairs utilizing underwater repair methods. Offerors that demonstrate the following additional experience may be considered more favorably than those that do not: Projects performed inside a Navy Shipyard Controlled Industrial Area (CIA). The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. 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. 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. RESPONSES ARE DUE ON Monday, July 15, 2019 by 2:00 P.M. Eastern Time. The submission package shall ONLY be submitted electronically to Gary Milton via email at gary.milton1@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt. Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to gary.mitlon1@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-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/N4008519R9226/listing.html)
 
Record
SN05355601-F 20190630/190628230016 (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.