SOLICITATION NOTICE
Z -- Berth 6 Maintenance Dredging - PNSY
- Notice Date
- 6/23/2020 5:48:51 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-20-B-2546
- Response Due
- 7/8/2020 11:00:00 AM
- Archive Date
- 07/23/2020
- Point of Contact
- Bruce W. Davis, Phone: 2074381085, Brad Beisswanger, Phone: 2074384509
- E-Mail Address
-
bruce.w.davis@navy.mil, brad.beisswanger@navy.mil
(bruce.w.davis@navy.mil, brad.beisswanger@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Berth 6 Maintenance Dredging - PNSY THIS IS A PRESOLICITATION NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine, is seeking eligible business firms capable of providing Berth 6 Maintenance Dredging according to the specs and drawings at Portsmouth Naval Shipyard, Kittery, ME. This solicitation is being advertised as a total small business set aside. The Northern American Industry Classification System (NAICS) code for this project is 237990. The Request for Proposal (RFP) will be issued on or about 7/8/2020. The procurement method is Sealed Bidding, FAR Part 14. A proposal due date of approximately 8/7/2020 is anticipated for the subject project. Project Description: Berth 6 Maintenance Dredging � PNSY:� The work includes all supervision, labor, material, equipment, transportation, and incidental related work required to dredge the following area(s) around Portsmouth Naval Shipyard (PNSY) located in Kittery ME. The project consists of a base bid and two (2) bid options. Base - Dredging of Berth 6. Rock or hard material removal is required. Option 1 - Dredging a high spot at Berth 14. Rock or hard material removal is required. Option 2 - Dredging a high spot at Berth 12. Rock or hard material removal is NOT required. *NOTE: Removal of hard material must be accomplished by mechanical means, no blasting is allowed. The work includes the following and incidental related work for the base bid and each bid option: 1. Mobilization / Demobilization 2. Lobster Mitigation 3. Marine Mammal Monitoring (NOT required for Bid Option 2 / Berth 12) 4. Pre-Hydrographic Survey and Design 5. Dredging 6. Post-Hydrographic Survey and As-Built All work performed by the Contractor shall be in accordance with project specifications and all local, State, and Federal Codes. Period of Performance: The anticipated period of performance for this contract is 210 calendar days. (Base = 120, Opt 1 = 45, Opt 2 = 45) Contract Magnitude: The magnitude of this construction project is between $5,000,000 and $10,000,000 IAW FAR 36.204. General Information: Please be advised of on-line registration requirements in the System for Awards Management (SAM) database www.sam.gov; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission. Contractors will be searched against SAM to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. The Navy commenced a transition from the Navy Commercial Access Control System (NCACS) to the Defense Biometric Identification System (DBIDS) credentialing for contractors, visitors, vendors and suppliers requiring access to Navy Installations. DBIDS is the new credential that will be accepted for all contractors, visitors, vendors and suppliers that require access to the installation. There is no charge for the DBIDS credentials. Requirements for getting base access will be sent in the RFP. The solicitation once posted will be available in electronic format only. All documents will be in Adobe Acrobat PDF file format on the Contract Opportunities (FBO) website. The address is https://beta.sam.gov . ONLY REGISTERED CONTRACTORS WILL BE NOTIFIED WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTRACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. Please forward technical inquiries in word format to Bruce Davis or Brad Beisswanger via E-mail at: bruce.w.davis@navy.mil brad.beisswanger@navy.mil Primary POC: Bruce Davis Phone: (207) 438-1085 Email: bruce.w.davis@navy.mil Secondary POC: Brad Beisswanger: (207) 438-4509 Email: brad.beisswanger@navy.mil The Activity Small Business Office Concurs with the set aside determination.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9b3d389848924907851e09f1dac1bf57/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN05700081-F 20200625/200623230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |