Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOURCES SOUGHT

Y -- Repair Drydock Structure

Notice Date
12/21/2005
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Southeast, Building 902 P. O. Box143, Jacksonville, FL, 32212-0143
 
ZIP Code
32212-0143
 
Solicitation Number
N69272-06-R-0002
 
Response Due
1/5/2006
 
Description
This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and 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. In order to protect the procurement integrity of any future procurement, if any, 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 Engineering Field Activity Southeast (EFASE) is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service Disabled Veteran-Owned Small Business, and/or Other Small Business sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. The proposed project is for repairs to the Trident Refit Facility (TRF) at KingsBay, Georgia. The facility consists of the Drydock cover/structure (Bldg 5035), the Drydock basin (Bldg 5044), and ancillary buildings (Bldgs 5145-5150). The drydock cover structure (Bldg 5035) is a large, partially enclosed, metal clad structure composed of structural steel members. It is 825 feet long by 236 feet at the base. The facility also includes a 300-foot open lay down area to the north of the enclosed portion of the structure. The frames are a truss-bent configuration, generally spaced at 25-foot intervals. The roof girder is a 210-foot, 10-panel Pratt truss with a sloping top chord. It is supported on each side by a vertical truss consisting of 2 main columns and a crane column. These steel columns are supported on a concrete pedestal that rises 4 feet above the cope deck. The ancillary buildings are masonry building with metal cladding. The existing structural steel in building 5035 from an elevation of 33-feet (16 feet above the cope deck) has experienced corrosion damage. This project requires the contractor to remove of all coatings on all structural framing members above Elevation 33? to a SSPC SP 10 specification and to apply a new epoxy polyamide coating system. In addition, corroded bolts, gusset plates, and pipe support rods shall be replaced. The metal wall panels on all buildings shall be patched, lower flashing replaced, and the exterior wall panels shall be pressure-washed to SSPC SP 12 specification and coated per the 09900 specification. Close construction coordination and management by the construction contractor of all work will be essential in order to fulfill the work restrictions required for the facility. The project comes in two phases with completion days of 196 for phase 1 and 305 for phase 2. The project must be completed by May 24, 2007. The estimated cost range is between $10,000,000 - $13,950,000. The North American Industry Classification System (NAICS) Code is 238320 with a Small Business Size Standard of $12 million. Interested sources shall submit a maximum of 3 projects describing the following: 1) Past Experience: Describe completed projects that are similar in size and scope with the proposed project in the last five (5) years. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date; customer point of contact including phone number; brief description or scope of work for this project, self performed work, percentage of self-performed work; and overall performance rating received. 2) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Identify whether your firm is an SBA certified 8(a), HUBZone, Service Disabled Veteran-Owned Small Business concern, or Other Small Business. You must be an approved SBA firm (including Mentor-Prot?g? Joint Venture firms) at time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, EFASE will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBzone, Service Disabled Veteran-Owned Small Business concerns, or Other Small Business, the acquisition may be solicited on an unrestricted basis. All proprietary information not to be disseminated in Government documents must be clearly identified. Your response to this sources sought announcement must be received by 2:00 PM January 5, 2006 to Engineering Field Activity Southeast, Code ACQDS, PO Box 143, Building 902, Naval Air Station Jacksonville, FL 32212-0143. You may also email your response to dominga.skaruppa@navy.mil cc: cathy.wilber@navy.mil. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Place of Performance
Address: Kings Bay, GA
Zip Code: 31547
Country: U.S.A.
 
Record
SN00956319-W 20051223/051221212639 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.