SOLICITATION NOTICE
Z -- Material Highway - fabricated steel truss bridge structures
- Notice Date
- 1/28/2010
- Notice Type
- Presolicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
- ZIP Code
- 00000
- Solicitation Number
- N4008510C5612
- Response Due
- 2/8/2010
- Archive Date
- 2/23/2010
- Point of Contact
- Kathleen Barry 207-438-4620
- E-Mail Address
-
Contract Specialist
(kathleen.barry@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic, Contracts Office, Public Works Maine, Portsmouth Naval Shipyard, Portsmouth, NH is seeking eligible Small Business Firms capable of performing construction services for Material Highways for Dry Dock 3, PWD Maine, Portsmouth Naval Shipyard, Portsmouth, NH.Description of proposed project: PWD Maine, Portsmouth Naval Shipyard, Kittery, ME. The project includes, but is not limited to, furnishing two prefabricated steel truss bridge structures to span across Dry Dock 3. The purpose of the bridge structures is for material handling in and out of the dry dock and to provide additional support for utilities. The bridge structures will span approximately 88', and have a solid plate floor with elevated rollers for moving of materials across the bridge deck. A partially enclosed high bay at mid-span, equipped with overhead crane rail and hoisting equipment to allow for material to be passed through a floor hatch. Closure panels will be attached below the bridge structure to provide a weather-tight system while mating with other dry dock structures. Also included are anchorages for the new structures, which include modifications to the gallery walls of the dry dock. The new bridge structures are primarily built of tubular steel and in addition to the items listed above include ladders to the elevated bridge deck and to the high bay roof, fall protection components, outboard brackets to support utilities, and other features including corrosion resistant coating. Structure must be fabricated by an American Institute of Steel Construction (AISC) certified fabricator. The work includes nondestructive testing and proof testing of lifting components. Estimated quantity of fabricated steel is 60 tons. The size of the bride exceeds highway and rail capabilities and therefore, delivery by barge will be required.The total price magnitude is between $1,000,000.00 and $5,000,000.00. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered at this time. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services prior to May 1, 2010. The maximum estimated contract duration is 120 days from contract award to contract completion. The appropriate NAICS code for this procurement is 238190. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. Ensure this relevant experience includes examples of all work described in the PWD Maine - Portsmouth Naval Shipyard, Portsmouth, NH project above. (2) Company Profile to include: 1Number of employees. 2Office location(s). 3Available bonding capacity per contract. 4DUNS number. 5CAGE Code. 6A statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. RESPONSES ARE DUE No Later Then (NLT) 8 Feb 2010, at 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package will not be accepted. The package shall be sent, by mail or hand carried, to: NAVFAC, Mid-Atlantic, PWD Maine - Bldg. 59, 1st Floor, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 Attn: Kathleen BarryElectronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Kathleen Barry either by email at kathleen.barry@navy.mil or phone # (207)-438-4620.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008510C5612/listing.html)
- Place of Performance
- Address: Porstmouth Naval Shipyard, Kittery, ME
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN02051751-W 20100130/100128234821-33690ed4caa4141264349bbd41bca3ad (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 |