Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOURCES SOUGHT

Z -- Design-Build Project P999 for repairs to Wharf Alpha at Naval Station Mayport Florida

Notice Date
10/14/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N69450WO51316
 
Response Due
10/28/2008
 
Archive Date
11/12/2008
 
Point of Contact
NAVFACSE IPTSA, Dianne Haymans, Bldg. 135, Ajax Street, Jacksonville, FL 32212, dianne.haymans@navy.mil
 
Small Business Set-Aside
N/A
 
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. Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S. Small Business Administration (SBA) sources with current relevant qualifications, experience, personnel, equipment, and capability to perform this proposed project at Naval Station (NS), Mayport, Florida. This project is for design and repairs to Wharf Alpha at NS Mayport Florida. The project is to upgrade 900' of steel sheet pile bulkhead by driving a new steel sheet pile wall in front of the existing bulkhead, replace concrete pile cap, provide compacted select backfill material in areas of failure behind the bulkhead and between the new bulkhead and existing; replace the concrete encasement of sheet pile and concrete fendering panels; demolish and provide new asphalt wharf deck paving; demolish and reconstruct electrical distribution structure and relocate transformers and switchgear to new facility; install new primary electrical transformer, switchgear and CMU substation enclosure with HVAC for 4! 160V ships power, install new concrete shore power igloos to support 4160V ships power distribution; install new high security steel reinforced sliding vehicle gate, pedestrian turnstile access facility, wire rope active vehicle barrier and concrete filled, steel pipe passive vehicle bollards; cathodic protection system; concrete retaining wall. Project will demolish concrete pile cap and fendering face, demolish concrete and 5800 SY of asphalt wharf deck paving. The project will conform to Anti-Terrorism/Force Protection standards. The estimated project contract to budget amount is $13,470,000.00. The North American Industry Classification System (NAICS) Code is 237990 with a Small Business Size Standard of $33.5 million. Interested sources are invited to respond to this sources sought announcement by providing the following information. Submit a maximum of five (5) projects describing the following: 1) Past Experience: Describe projects completed in the last three (3) years that are similar in size, scope, and complexity. For each of the completed contracts/projects submitted, provide the following: a) title; b) location; c) whether prime or subcontractor work; d) contract and subcontract value; e) type of contract; f) contract completion date; g) customer point of contact including phone number; h) percentage of self-performed work and narrative of work your firm performed; and i) the performance rating of the work. 2) Provide experience of qualified team members on relevant projects described in 1) above working together as a design team, construction team, and as a design/construction team. 3) Bonding capacity: Provide surety's name, your maximum bonding capacity per project, and your! aggregate maximum bonding capacity. 4) Identify whether your firm is an SBA certified 8(a), HUBZone, Service Disabled Veteran-Owned Small Business concern, or Other Small Business. For responding to Items 1) and 2) above of this sources sought, similar and relevant projects include, but are not limited to: Rehabilitation projects for large ship berthing facilities, inclusive of replacing bulkheads while maintaining the existing bulkhead system, replacing waterfront pavements, and replacing mooring devices/hardware; and projects requiring concrete pile encapsulation and cathodic protection work. Respondents will not be notified of the results of the evaluation. owever, NAVFACSE will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Respond to this sources sought announcement by 2:00 PM October 28, 2008 to Naval Facilities Engineering Command Southeast, Code ACQDLH, PO Box 30, Building 903, Naval Air Station Jacksonville, FL 32212-0030. You may email your response to dianne.haymans@navy.mil if the contents are within three (3) megabytes in size. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=afcbbb20720c249e4d929bc64ec1b978&tab=core&_cview=1)
 
Record
SN01691540-W 20081016/081014220212-afcbbb20720c249e4d929bc64ec1b978 (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.