Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOLICITATION NOTICE

Y -- Design-Bid-Build, P502 Replace Fuel Pier, Marine Corps Air Station Beaufort, South Carolina

Notice Date
2/27/2025 11:01:13 AM
 
Notice Type
Presolicitation
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N40085-25-R-2522
 
Response Due
3/13/2025 11:00:00 AM
 
Archive Date
03/28/2025
 
Point of Contact
Scott Schulz, Phone: 7573410082, John Bishop, Phone: 7573411979
 
E-Mail Address
scott.c.schulz.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil
(scott.c.schulz.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil)
 
Description
Solicitation Number: N40085-25-R-2522 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for performing construction services for a Design-Bid-Build, P502 Replace Fuel Pier, Marine Corps Air Station Beaufort, South Carolina. PROJECT DESCRIPTION: This project will replace a circa 1957 pier with a new fuel pier that meets MIL-HDBK- 1025/Department of Defense (DoD) Unified Facilities Criteria (UFC) 2-000-05N, Facility Planning Criteria For Navy/Marine Corps Shore Installations, CCN 151-40, UFC 4-150-02, Dockside Utilities for Ship Service, UFC 3-201-01 Civil Engineering, updated Sept 2020, and UFC 4-152-01 Design: Piers and Wharves. Construction will include a single deck fueling pier approximately 40 Linear Feet (LF) wide and 169 LF long with a pile supported concrete approach that is approximately 25 LF wide and 200 LF long, with a minimum 20 LF wide (inside curb-to-curb) vehicle one-way travel lane. The piping will be protected by curbing on either side and will also provide containment in the event of a leak. Connecting the pier and approach is a section of the pier which measures approximately 40 LF wide by 63 LF long, creating a pier resembling a T shape. The new facility will be constructed concurrently with demolition of the existing facility, allowing ability to maintain existing operations. Once completed, the new facility will also serve as a berthing/mooring pier for barges and at the height required due to SLR. Primary facilities include new concrete piles, decking, storage shed, mooring dolphins and fuel piping to/from the loading arm. Providing new pier with fueling arm so that the facility will have two defueling options instead of just one. This added redundancy will prove advantageous in case of maintenance on either defueling access point. Access to the existing small support crafts will be maintained throughout construction, and the approach will be in almost the same footprint as original, to maintain fuel services, temporary lines may be required or existing lines supported in place during demolition and construction. The completed time for this contract is 790 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This source selection procurement requires 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 appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction and the Small Business Size Standard is $45,000,000. In accordance with DFARS 236.204(i), 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 August 2025. A Dynamic Small Business Search (DSBS) was conducted, and a Sources Sought Notice was issued on 18 October 2024, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last ten (10) years. Based on the market research conducted for this procurement 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. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional on 19 February 2025. On 21 February 2025, 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 solicitation will be issued by NAVFAC Mid-Atlantic, CON21 on or about 13 March 2025. The solicitation number will be N40085-25-R-2522. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov under �contract opportunities� when it becomes available. 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 Scott Schulz at scott.c.schulz.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/561f143d42304b53be9f79df25dca66d/view)
 
Place of Performance
Address: Beaufort, SC, USA
Country: USA
 
Record
SN07355859-F 20250301/250227230038 (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.