SOLICITATION NOTICE
Z -- Perimeter Security Improvements, Portsmouth Naval Shipyard (PNSY), NCTS Cutler, Maine
- Notice Date
- 3/20/2025 6:25:28 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2609
- Response Due
- 4/8/2025 11:00:00 AM
- Archive Date
- 04/23/2025
- Point of Contact
- MARY POOL, Phone: 7573411650
- E-Mail Address
-
mary.pool@navy.mil
(mary.pool@navy.mil)
- Description
- 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 (DBB), Perimeter Security Improvements, located at Portsmouth Naval Shipyard (PNSY) in Cutler, Maine. PROJECT DESCRIPTION: This project will provide Anti-Terrorism (AT) features and comply with AT regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. This project includes an entry control facility (ECF) that includes an entry control point fence, a guard and truck inspection office, a main entry canopy, and a restricted area security fence. The entry control point fence includes a chain link security fence and a sliding gate. The guard and truck inspection office is constructed of metal stud walls with cementitious siding. The double lane main entry canopy will be used for identification checks and is comprised of concrete structural elements and an exposed steel canopy structure. The guard and truck inspection office will be adjacent to the main entry canopy. The project also constructs security fencing and several camera/radar assemblies installed on three (3) meters stands throughout the installation. The project includes bid options for a security fence installed East to West dividing the peninsula from the main land, and another option for a fence separating the Northern area from adjacent land owners. The completed time for this contract is 730 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 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, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The office anticipates award of a contract for these services by September 2025. A Dynamic Small Business Search (DSBS) was conducted, and a Sources Sought Notice was issued on 12 February 2025, seeking eligible Small Business, HUBZone Small Business, Small Disadvantage Business, 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 6 March 2025. On 6 March 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 8 April 2025. The solicitation number will be N40085-25-R-2609. 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 Mary Ann Pool at mary.a.pool3.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ced2ccbad1794c889ecf0b6662b46eaa/view)
- Place of Performance
- Address: ME 04626, USA
- Zip Code: 04626
- Country: USA
- Zip Code: 04626
- Record
- SN07379382-F 20250322/250320230048 (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 |