Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOURCES SOUGHT

Y -- NAVFAC MID-ATLANTIC construction services for Dry Dock N0 1, Concrete wall and floor repairs, NSS Portmouth Naval Shipyard, Kittery, Maine

Notice Date
1/20/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008511R7221
 
Response Due
2/7/2011
 
Archive Date
2/22/2011
 
Point of Contact
Gary Milton
 
E-Mail Address
Turner<br
 
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 is seeking eligible business firms capable of performing construction services for the following project for Dry Dock No 1, Concrete Wall and Floor Repairs, NSS PORTSMOUTH NAVY SHIPYARD KITTERY, MAINE Description of proposed project: This announcement is for information and planning purposes only. The intent of this notice is to identify potential firms capable of providing services for the stated project. This project is to repair Dry Dock #1 concrete walls, caisson seat, concrete floor, and concrete floor drainage structures. Replace Pumpwell #1 heating, ventilation, and dehumidification system. Dry dock repair will include removing spalled, weakened concrete and damaged reinforcing steel until sound concrete is found. Once sound concrete is found, the repair will continue with replacing reinforcing steel and re-forming and replacing concrete walls, floors, seats, and drainage structures. Pumpwell work will involve replacing large heating and ventilation air handlers and replacing dehumidification components. Additional Information: The existing condition of Dry Dock #1 walls and floor consists of reinforced concrete that was constructed in 1941-1943. The floor slab and walls have sufficient weight to resist hydrostatic uplift pressures and the dock is certified for 30 long tons per foot. Current test bores of the concrete show areas of un-bonded course aggregate. This inferior concrete is causing much of the surface cracking and spalling seen on almost the entire surface of the walls. Poor drainage is a contributing cause of excessive spalling of the floor. The dry dock pumpwell is critical to the overall safety of the Fleet's submarines and shipyard employees. The equipment in the pumpwell is responsible for all auxiliary and main dewatering as well as flooding alarms and controls. The pumpwell is heated with a steam coil heat exchanger which had to be taken out of service this winter due to leaks. It could not be repaired. Temporary portable electric heaters were used to provide heat but were not adequate. The existing dehumidifiers do not control the environment satisfactorily and several electric actuators and a motor controller have failed. 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. 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 in May 2011. The appropriate NAICS code for this procurement is 23. 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 project above. (2) Company Profile to include: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. A 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 NLT 7 FEBRUARY 2011, NLT 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: Commander Naval Facilities Engineering Command, Mid-Atlantic, NE IPT 9742 Maryland Avenue (Building Z-144, 2nd Floor, Room 214) Norfolk, Virginia 23511-3689 Attn: Gary Milton or Steven Turner Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Gary Milton or Steven Turner either by email at Gary.milton@navy.mil; ph: 757-341-1999 or Steven.turner3@navy.mil ph: 757-341-1980 or phone 757-444-0684
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7221/listing.html)
 
Place of Performance
Address: Dry Dock #1, Portsmouth Naval Shipyard, Kittery, Maine
Zip Code: 03804
 
Record
SN02363765-W 20110122/110120234730-7c39015e261a98db7da9c405cc31a1cb (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.