Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2019 FBO #6476
SOLICITATION NOTICE

Z -- Design-Bid-Build, RM10-4183 Replace Dry Dock 2 Caisson at Norfolk Naval Shipyard (NNSY), Portsmouth, VA

Notice Date
8/15/2019
 
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
8/29/2019
 
Archive Date
3/6/2020
 
Point of Contact
Gary Milton 757-341-2074 Maurice Muse, 757-341-1652
 
Small Business Set-Aside
N/A
 
Description
This does not constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to inform potential offerors of a proposed contract action to Replace Dry Dock 2 Caisson at Norfolk Naval Shipyard in Portsmouth, VA. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic ACQ22 on or about August 28, 2019. The solicitation number will be N40085-19-R-9226 on the Navy Electronic Commerce Online website (NECO) at https://www.neco.navy.mil/index.aspx. A Vendor User Guide is available for download at the site as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest. Primary POC: Gary Milton, (757) 341-2074, email: gary.milton1@navy.mil. Project Description: This solicitation will result in a firm-fixed price (FFP) contract for design-bid-build (DBB) construction services. The proposed project includes replacing DD2 Caisson at Naval Support Activity, Norfolk Naval Shipyard (NNSY), Portsmouth, VA. The Caisson will 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 completion time for this contract is 1096 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. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, Corporate Experience, Technical Approach, Safety, Small Business Utilization, Past Performance, and a price proposal for evaluation by the Government. 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. The PSC is Z2ED - Repair or Alteration of Ship construction and repair facilities. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. This office anticipates award of a contract for these services by March 2020. A Sources Sought notice was issued on 28 June 2019 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 1 August 2019. On 1 August 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 28 August 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. 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 Gary Milton at gary.milton1@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-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/N62470NNSY/N4008519R9226/listing.html)
 
Record
SN05406044-F 20190817/190815230015 (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.