SOLICITATION NOTICE
Y -- P409 Underwater Launch Test Facility, Naval Support Activity Crane, Indiana.
- Notice Date
- 10/23/2019
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- DON, Navy, Naval Facilities Engineering Command, Mid-Atlantic, ROICC Portsmouth, NAVSHIPYD, Building 491, Portsmouth, Virginia, 23709-5000, United States
- ZIP Code
- 23709-5000
- Solicitation Number
- N4008519R9186
- Archive Date
- 12/13/2019
- Point of Contact
- Gary Milton, Phone: 7573412074, Holly N. Manning, Phone: 7573411658
- E-Mail Address
-
gary.milton1@navy.mil, holly.manning@navy.mil
(gary.milton1@navy.mil, holly.manning@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 Design-Bid-Build, P409 Underwater Launch Test Facility, Naval Support Activity Crane, Indiana. PROJECT DESCRIPTION: This project will construct a new Underwater Launch Test Facility (ULTF) to support submerged launch testing and evaluation of full-scale launch technologies. The Underwater Launch Test Facility will include the Underwater Launch Pit, Operational Support Building, Warehouse Building, Water Treatment Facility, and Mechanical and Electrical Building. Supporting facilities include pavement facilities, site preparations, paving and site improvements, electrical utilities, mechanical utilities, and environmental mitigation. Using slurry wall construction techniques, a reinforced concrete Underwater Launch Pit with soil anchors will be constructed. The launch pit will provide a controlled underwater environment for not in contract test equipment, hardware, cameras, and data systems. The Operational Support Building (OSB) will provide space for control of and data collection from the test equipment, hardware, cameras, and data systems. The OSB will include a high bay area for Launch Test Vehicle (LTV) maintenance, capsule maintenance, underwater camera and lighting staging area, instrumentation room, and a tool crib. The high bay will provide roll up doors for large equipment to access the bays and will include space for the use of a gantry crane. The low bay area of the OSB includes Launch Control Center (LCC), LCC equipment room, shared offices, a meeting space, restrooms, and building support areas. The Warehouse Building will be a steel structure with an insulated metal wall and roof panel system and an open sided awning for vehicle storage. There will be roll up doors for forklift access / use inside the warehouse. This project includes a Water Treatment Facility to maintain water quality in the launch pit to permit photogrammetry of the LTV. The Water Treatment Facility will house pumps, cartridge filters, control systems and other equipment for processing water for use in the launch pit. Additionally, a recycle pump station will be provided for processing water after testing prior to discharge. The mechanical and electrical building will be constructed to house control and data acquisition equipment and various not in contract switchgear and VFD / motor starter equipment which operates the not in contract test equipment in and around the launch pit. Electrical utilities include primary and secondary distribution systems, telecommunications infrastructure, transformers, and outside lighting. Mechanical utilities include water distribution, launch pit discharge piping, fire protection system, domestic sewer systems, and stormwater drainage systems. Site preparation includes clearing and grubbing, grading, replacement of existing gravel paving, excavation of site, site earthwork, and excavation of the launch pit. Paving and site improvements include grading, parking, roadways, sidewalks, landscaping, fencing, signs, curbs and gutters, trash enclosure, and hazardous waste accumulation area. The anticipated completion time for this contract is 495 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 $39,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. This office anticipates award of a contract for these services by June 2020. A Sources Sought notice was issued on 7 October 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 23 October 2019. On 23 October 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 after 07 November 2019 to FedBizOpps.gov (https://www.fbo.gov). Contractors are encouraged to register for the solicitation when downloading from the website. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The RFP issued on or after 07 November 2019 will include the 90% Pre-final Design. The RFP will be requesting non-price proposals only at the time. An Amendment to issue Final Design is anticipated in January 2020 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 Gary Milton at gary.milton1@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470NNSY/N4008519R9186/listing.html)
- Record
- SN05480652-W 20191025/191023230453-b1e3b2af46626e06e07f34f7a8e58357 (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 |