Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2023 SAM #7984
SOURCES SOUGHT

Y -- LIGHTERAGE AND SMALL CRAFT FACILITY, MCSF BLOUNT ISLAND, JACKSONVILLE, FLORIDA.

Notice Date
10/5/2023 7:08:16 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFACENGSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945024R0003
 
Response Due
10/20/2023 12:00:00 PM
 
Archive Date
11/04/2023
 
Point of Contact
Deborah TORRENCE, Phone: 9045426665
 
E-Mail Address
deborah.d.torrence2.civ@us.navy.mil
(deborah.d.torrence2.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR THE DESIGN BUILD CONSTRUCTION PROJECT, LIGHTERAGE AND SMALL CRAFT FACILITY, MCSF BLOUNT ISLAND, JACKSONVILLE, FLORIDA. THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description: The project involves constructing the first of two primary facilities for maintaining the Improved Navy Lighterage System (INLS). The lighterage require cyclical maintenance, which takes place at Navy Point on Blount Island. The facility is required to support lighterage maintenance, operational testing, storage, and staging. This includes the ability to transfer lighterage between water and land in order to test newly maintained craft in the water and to transfer craft to maintenance facilities, both on and off site. Project requirements include: Main Components One General Purpose Berthing Wharf for berthing up to 15 total Lighterage Three access trestles to the Berthing Wharf, two for vehicles and one for personnel Lighterage Lift-Launch Pier (LLP), which includes two parallel finger piers to support the existing 150-ton Travel Lift and future 200-ton Travel Lift. East finger pier shall be designed to support vehicular access. The area north of the slip to be designed to support a 300-ton crawler crane and loaded transporter. Floating dock to berth two small watercrafts with floating jet dock Sand Landing Craft Ramp Two-story Waterfront Operations Building to contain restrooms, utility rooms, and second story Harbormaster Office Support Components Anti-Terrorism/Force Protection (AT/FP) Site work Paved parking for two (2) police vehicles Paved parking for thirty-eight (38) private vehicles serving wharf (including one (1) accessible space) Paved parking for six (6) government owned vehicles Pierhead Way extension Cul-de-sac Reinforced pavement for crane hardstand area Shore protection Concrete approach to LLP Access road Sand ramp 1000-pound jib crane near the east end of the Lighterage Wharf Electrical utilities to support the project include primary and secondary electrical distribution system, transformer, site security lighting, navigation lighting, fire alarms system, telephone lines, and fiber optic data lines. Mechanical utilities to support the project include sanitary sewer and lift station, potable water, fire protection water, fire hydrants, compressed air, and hot water for restrooms. Facilities associated with temporary relocation of existing Afloat Staging Point (ASP) and police boat jet dock for use during construction. Facilities include: installation of four (4) new 24� square prestressed concrete guide piles; fabrication and installation of four (4) new galvanized steel guide frames with UHMW-PE rollers mounted to the ASP; installation of a temporary access walkway/gangway providing landside access to the ASP; and installation of a temporary landside concrete foundation at the temporary access walkway/gangway. At the completion of Lighterage Wharf construction, The Contractor will remove the temporary ASP guide piles, gangway, and landside gangway foundation. The ASP and police boat jet dock will be removed/relocated by Blount Island Command (BIC). Any resultant contract will be firm-fixed price. The North American Industry Classification System (NAICS) Code is 237990 �Other Heavy and Civil Engineering Construction with the annual size standard of $45.0 million. Project Magnitude is between $25,000,000 and $100,000,000. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The period of performance for this contract is 600 calendar days. The anticipated award date is September 2024. Industry will be notified of the results of this evaluation and set-aside determination via the pre-solicitation/synopsis notice. Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted, providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 24 pages. The information which must be contained in your response is as follows: 1) �Contractor Information: Name and address of company, point of contact with phone number and email address. 2) �Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 237990 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) �Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $100 Million per project, and the maximum aggregate bonding. 4) �System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Unique Entity Identifier (formerly DUNS Number).� 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:� _____ Yes�������� ______No. 6) Experience Submission Requirements:� Responders shall submit a minimum of three (3) and a maximum of five (5) projects including contract numbers, project titles, dollar amounts, project completion date, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience constructing Waterfront Operations Facilities which including Berthing Wharf, finger piers, and other supported facilities. These projects must have been completed and accredited/certified within the last ten years, have a value of approximately $50,000,000 or greater; and were similar in size, scope and complexity to the proposed construction requirements. Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. Submissions shall contain the following items below (1-6) for each project submitted for consideration.� 1. Include Contract Number, if applicable 2. Indicate whether Prime contractor or Subcontractor 3. Contract Value 4. Completion Date 5. Government/Agency point of contact and current telephone number. 6. Project Description.� Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.� Interested parties should respond no later than 20 October 2023, 3:00 pm Eastern Time via email to deborah.d.torrence2.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil.� The subject line of the email shall read: Lighterage and Small Craft Facility at MCSF Blount Island, Jacksonville, FL.� Emails shall be no more than 8 MB in size.� Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.� Respondents will not be notified of the results of the evaluation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a56ae025743548d9abeda0f320fd2b0d/view)
 
Place of Performance
Address: Jacksonville, FL, USA
Country: USA
 
Record
SN06854688-F 20231007/231005230047 (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 |
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.