Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

Y -- NAVFAC MID-ATLANTIC Design/Bid/Build Dry Dock 1 Wall and Utility Repairs,Portsmouth Naval Shipyard, Kittery, ME

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
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
3/25/2011
 
Archive Date
4/29/2011
 
Point of Contact
Gary Milton 757-341-1999 Gary Milton
 
E-Mail Address
ilton@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
IMPORTANT NOTICE Funds are not presently available for this requirement. The Government s obligation under this solicitation, or any task order or contract that might result from the solicitation is entirely subject to, and contingent upon, the availability of appropriated funds. No legal liability on the part of the Government shall arise until funds are made available to the Contracting Officer and a task order or contract is awarded by the Contracting Officer. Any Offeror proposing on this solicitation does so at its own cost and with the full knowledge that a contract, or task order, might not result from this solicitation. THIS IS A PRE-SOLICITATION NOTICE AND NOT A REQUEST FOR PROPOSALS. Design/Bid/Build Dry Dock #1 Concrete Wall and Utility Repairs, Portsmouth Naval Shipyard, Kittery, ME. This Request for Proposal (RFP) will be issued to obtain contractor qualifications for which a contract, by means of a negotiated firm fixed price procurement, will be awarded. A contract will be awarded under the Best Value continuum in accordance with source selection procedures outlined in FAR 15.101 and 15.101-1. This solicitation will be issued as N40085-11-R-7221. The contract will provide complete repair of the Dry Dock #1 concrete wall, caisson seat, and floor drainage structure. The project modifies/constructs/repairs the following: Concrete Repairs, Removal, and Demolition: The removal and demolition of concrete means the complete removal of the deteriorated concrete surfaces of the dry dock and entrance surfaces. This will include 8 inches of concrete removal and replacement along with reinforcing steel replacement. Construction shall assume 1200 cubic feet of concrete removal beyond the 8 base amount for areas of further deterioration. Construction shall assume 8,000 lbs of steep replacement at the sill and seat structures of the dock. Repairs also include: Walls, Floor, Rudder Pit, including returning the interior to a flat floor and vertical walls (the shape was modified in a recent repair, and this has proven to be unsatisfactory). Replacement of Dry Dock Appurtenance: Replacement of the Dry Dock appurtenance includes but is not limited to: walkways, steel galleries, stairways, grating, and flooding gates. Stairs and utility platforms, including their supports/anchors Corroded stairs, etc that are removed to accomplish concrete repairs shall be replaced with new. The removal of abandoned, non-functional appurtenances including but not limited to sediment traps, keel block tracks and sheaves, railing posts and concrete filled sewer receptors in the floor. Dredging and Temporary Cofferdam: Pre-dredging and dredging is required before a temporary cofferdam shall be constructed outside of the dock to allow for the completion of repairs. Replacement of HVAC: The HVAC system located in the pump well shall be replaced in addition to the removal of sediment built up in the sum pit. The equipment in the pump well is responsible for all auxiliary and main dewatering as well as flooding alarms and controls. The pump well is heated with a steam coil heat exchanger. Concerning drainage structures, drain lines from seats shall be internally inspected and evaluated for potential replacement and increase in diameter/flow capacity. The Pump well Heating, Ventilation and Dehumidification Systems consist of Dehumidifiers, Air handlers, Space heaters, Duct work, Electrical Services for the pump well HVAC, and HVAC controls and monitoring. Mechanical Utility Repairs: Mechanical Utility Repairs shall repair and replace mechanical utility piping and supports in tunnels. Also includes removal of abandoned piping, replace air, steam, water and condensate piping and insulation, and replace hangers, anchors, guides, foundation supports and thrust blocks. Electrical Improvements: Install electrical distribution equipment and infrastructure at: 1.) Permanent Test Power Facility remove capstan 1x4 & associated electrical & structural support; install test power boxes and 15 KV cabinet and switches; install infrastructure to support items above. 2.) 480V Industrial Power Load Center install double ended substation with 13.2 KV switches & 2,500 KVA cast core dry-type transformers; install infrastructure to support items above. The estimated cost range of this construction project is between $10,000,000.00 and $25,000,000. The estimated Contract Completion for this project is 455 days from date of award. The contractor shall provide all required design, engineering, labor, supervision, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Proposals will be evaluated based on their technical merits for the identified criteria. All technical factors/sub factors are of equal importance. Technical is approximately equal to price. The Basis of Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The technical evaluation factors include: Factor 1: Corporate Experience Factor 2: Safety Factor 3: Past Performance Factor 4: Methodology Factor 5: Small Business Subfactor 5A. Past Performance Utilization and Small Business Concerns Subfactor 5B. Small Business Participation The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The anticipated RFP release date is 25 March 2011. Tentative date/time for submission of proposals will be on or about 25 April 2011, NLT 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in Adobe Acrobat PDF file format. Contractors are encouraged to register for the solicitation when downloading from the NAVY ELECTRONIC COMMERCE ONLINE (NECO). The address is: https://www.neco.navy.mil/ Inquiries shall be emailed to Steven Turner, steven.turner3@navy.mil, 757-341-1980 or Gary Milton, gary.milton@navy.mil, 757-341-1999. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $33.5M. This project is unrestricted; it is not set-aside for small business firms, all qualified contractors are encouraged to submit.
 
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
SN02388014-W 20110227/110225234445-191f1ca05575fd48a10713d1bcecd3ae (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.